Search Contract Opportunities

Fresh Fruits & Vetegables for DoD and Non-DoD Customers in Dallas, Texas

ID: SPE30017R0033 • Type: Presolicitation

Description

Posted: May 30, 2017, 9:43 a.m. EDT

The DLA Troop Support intends to solicit for a full-line of produce support for DoD, Non-DoD (USDA School and Reservation) customers located in the Dallas, Texas Zone. This is a 100% Small Business Set Aside acquisition. The total length of the contract will be 4.5 years. It contains three (18 month) Tier periods.

Its estimated maximum dollar amount is $180,000,000.00. 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. Lowest Price Technically Acceptable (LPTA) source selection procedures will be used as the source selection method in this procurement. The following factors shall be used 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. A proposal that is deemed technically unacceptable may be removed by the Contracting Officer from further consideration for the award. By submitting a proposal with no exceptions, an offeror is confirming it possesses the necessary facilities, equipment, technical skills and capacity to successfully provide all items required by this solicitation. 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 Contracting Officer will add an offeror's Weighted Aggregate Distribution Price (1) together with its Aggregate Delivered Price (2). The addition of these two pricing components equals the Evaluated Aggregate Price (3).

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

Copies of the solicitation will be found 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. 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. Anticipated solicitation issue date: May 30, 2017. This solicitation will be issued under FAR 15.101-2 Lowest Price Technically Acceptable (LTPA).
The resultant award will be for an indefinite delivery contract, with a guaranteed minimum of 10% of the first Tier period.

Posted: April 18, 2017, 3:52 p.m. EDT

Overview

Response Deadline
July 6, 2017, 4:00 p.m. EDT (original: ) Past Due
Posted
April 18, 2017, 3:52 p.m. EDT (updated: May 30, 2017, 9:43 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
DALLAS, TX USA
Source
SAM

Current SBA Size Standard
700 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Odds of Award
53%
On 4/18/17 DLA Troop Support - Subsistence issued Presolicitation SPE30017R0033 for Fresh Fruits & Vetegables for DoD and Non-DoD Customers in Dallas, Texas due 7/6/17. The opportunity was issued with a Small Business (SBA) set aside with NAICS 311991 (SBA Size Standard 700 Employees) and PSC 89.
Primary Contact
Title
Contract Specialist
Name
Monica Lopez   Profile
Phone
(215) 737-3669
Fax
(215) 737-4246

Secondary Contact

Title
Contracting Officer
Name
Matthew P. Sacca   Profile
Phone
(215) 737-0895
Fax
2157374246

Documents

Posted documents for Presolicitation SPE30017R0033

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE30017R0033

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE30017R0033

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE30017R0033

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA Troop Support - Subsistence
Source Organization Code
943830b6b46b95bd4a765dbaa62c29a4
Last Updated
July 21, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 21, 2017