FF&V Virginia (Land) Zone

SOL #: SPE30017R0023Combined Synopsis/Solicitation

Overview

Buyer

Buyer not available

Place of Performance

VA

NAICS

Perishable Prepared Food Manufacturing (311991)

PSC

Subsistence (89)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Sep 11, 2017
2
Submission Deadline
Sep 25, 2017, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

 

Synopsis:   SPE300-17-R-0023

 

The DLA Troop Support intends to solicit for a full-line of produce support for DoD (Troop) customers and Non-DoD (USDA School) customers located in the Virginia (Land) Zone.  This acquisition was issued on a total small business set-aside basis for Group 1, DoD Troops and unrestricted for Group 2, Non-DoD USDA Schools.  The total length of the contract will be four and one half (4.5) years.  It contains three (3) eighteen (18) month tiers.

Its estimated maximum total contract dollar value is $188,968,392.00.  The delivery points require indefinite quantities of Fresh Fruit and Vegetables throughout the term of the contract.  A more detailed listing of the delivery sites can be found in the solicitation.  All responsible sources may submit proposals that will be considered by DLA Troop Support.

 

The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The source selection method for this procurement will be the Lowest Price Technically Acceptable (LPTA) source selection procedures and shall use the following to evaluate offers:

 

1.  Technical Acceptability - A technically acceptable offer is an offer that takes no exceptions to the terms and conditions in the solicitation and complies fully with all submission requirements, including submissions relating to the two sub-factors listed below.  The Contracting Officer may remove a proposal for the award deemed technically unacceptable from further consideration.  By submitting a proposal with no exceptions, an offeror is confirming it possesses the necessary facilities, equipment, technical skills and capacity to provide all items required by this solicitation successfully. The following sub-factors will be evaluated and must be found acceptable for a proposal to be eligible for award:

 

A. Perishable Agricultural Commodities Act (PACA) License - The offeror shall possess and submit proof of a valid current PACA license.  The submitted PACA license must be effective for at least thirty (30) days after the solicitation closing date.

 

B.  USDA Good Agricultural Practices (GAP) and Good Handling Practices (GHP) Audit - The offeror shall submit a GAP/GHP audit report for each place of performance identified in the offeror's proposal.  The audit report(s) must demonstrate that a passing score(s) was/were received and the report(s) must be dated no more than six (6) months prior to the solicitation closing date.

 

2.   Pricing - Pricing is required for all items found in the Schedule of Items (for each Group, if applicable) and for all tiers. Failure to offer pricing for all items and for all tiers may result in a proposal being removed from consideration for award as technically unacceptable. The Government will perform an aggregate price analysis on all items found in the Schedule of Items (for each Group, if applicable). To determine an offeror's Evaluated Aggregate Price, the Weighted Aggregate Distribution Price will be added to the Aggregate Delivered Price.  Please refer to paragraph (d) of this provision for further details regarding these price components.  The award(s) will be made on the basis of the lowest Evaluated Aggregate Price (for each Group, if applicable) of proposals meeting or exceeding the acceptability standards for non-price factors.  The Government reserves the right to remove item(s) from the Schedule of Items or do a common item comparison if offerors do not submit pricing for all items. Prior to award, the offered prices of the presumptive awardee(s) will be evaluated on an individual line-item basis to determine whether each price is fair and reasonable using analytical techniques deemed appropriate by the Contracting Officer in her/his complete discretion.

See www.ams.usda.gov/services/auditing/gap-ghp/audit for details concerning program and certification.

Copies of the solicitation / amendments can be found here and are available on the DLA-EBS Internet Bid Board System at https://www.dibbs.bsm.dla.mil.   If not already registered, prospective offerors will be required to do so prior to viewing and downloading a copy of the solicitation. Note: Offeror must register in DIBBS to place an offer online. 

RFPs are in portable document format (PDF).  In order to download and view these documents, prospective offerors will need the latest version of Adobe Acrobat Reader.  This software is available free at
http://adobe.com

Amendment 0001 was issued  September 11, 2017.
 

The resultant award will be for an indefinite delivery contract, with a guaranteed minimum of 10% of the estimated contract value.

People

Points of Contact

Amanda QuaileContract SpecialistPRIMARY
David A. JollsIST Chief, ProduceSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Sep 11, 2017
FF&V Virginia (Land) Zone | GovScope