FBO Notice Date 11/06/19
BIDS Reference Number 216
Document Type: Sources Sought
Food Preparation And Serving Equipment

Department of the Army, US Army Corps of Engineers, USACE District, Vicksburg, 39183-3435

73 -- ESTABLISHING NEW MASTER BPA FOR FOOD SUBSISTENCE SOL W912EE20Q0004 DUE 111419 POC LASHANDA AREGHAN, CONTRACT SPECIALIST, Phone 601-631-5642, Fax 601-6321-7261, Email LASHANDA.BAILEY-AREGHAN@USACE.ARMY.MILThis is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the government TO any contract award. The attached Sample Inventory List is for information purposes only and is subject to change. The solicitation number for this announcement is W912EE20Q0004.

The Government is seeking to identify qualified large and small business sources under North American Industry Classification System (NAICS) 311999 for All Other Miscellaneous Food Manufacturing) (Size Standard - 500 employees).

1. Contract Information: The Vicksburg Contracting Office (VCO) is soliciting Capability Statements and Past Performance information from all qualified and interested contractors to participate in a requirement for multiple Blanket Purchase Agreements (BPAs) for the Army Corps of Engineers for subsistence food and supplies as needed for its vesselsin the form of multiple BPAs. The BPAs are anticipated to be a period not to exceed five years from date of contract award. There is a possibility multiple agreements made be made in response to this sources sought notification.

2. Project Information: The requirement is for subsistence food and supplies for the Vicksburg and Memphis Districts field units, requirements are not known inadvance and may vary considerably. The Corps will be in need of subsistence food and supplies every year to support personnel working on the fleet of vessels. The Corps is in possession of many different towboats and barges that may require such support. This BPA shall cover supply and delivery of food, field feeding and food service equipment, and supplies for the exclusive use of mess facilities on water-borne field units within the Mississippi Valley Division. A more accurate identification of items will be given in the specifications of each purchase order. Multiple purchase orders are expected to be placed weekly using one or multiple vendors.

a. Delivery: The contractor is responsible for ensuring the supplies orderedunder this contract, shall be delivered F.O.B. Origin. Delivery orders will specify delivery no less than 96 Hours from the date of order to USACE Vicksburg District, CEMVK-OD-R, Subsistence Unit, 2449 Haining Road, Vicksburg, MS 39183.

b. Ordering: Orders against this contract will be placed using regional vendors. Vendors must have a distribution center within 150 mile radius of Vicksburg, MS. In emergency situations, staff can drive to the distribution center to pick up items needed. Vendors that can provide bulk and individual items are preferred.

When subsistence places an order with the vendor, they will provide a "code"for that particular request. The code represents the separate vessels that needthe groceries. It is imperative that the code be represented when items are received and on the invoice. Multiple orders could be made to that vendor in a day.The orders need to remain separate for delivering those items to that vessel and accounting purposes.


c. Contract Requirements: Through the life of the contract, the Contractor must possess the necessary facilities, equipment, technical skills, and capacity to successfully provide all items in the Sample Inventory List (attached).

d. System for Award Management: (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) priorto award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov

e. Product Quality:
Shelf-life:
All products delivered shall be fresh and within the manufacturer's original shelf life (i.e., Best if Used by Date, Expiration Date, or other markings). All products shall be identified with readable "open coded" "Best When Used by Date," "Sell by Date," date of production, date of processing similar marking indicating the end of the guaranteed freshness date.

Products required to be frozen must be delivered frozen to the customer unless approved by the Contracting Officer. NOTE: a product designated as "Frozen" shall never be frozen using a slow-frozen process.

All items must have no less than two-thirds (2/3) of the manufacturer's stated shelf life remaining at the time of delivery.

Commercial standards should be used to maintain temperatures appropriate forindividual items.

f. Name Brands required by union agreements: The following name brands, or brands of equal quality will be purchased:
Smuckers Jam and Jelly
Hillshire Smoked Sausage
Bryans All Beef Hot Dogs
Tennessee Pride Pork Sausage (hot and mild)
Heinz Ketchup
Le Gout Red Pepper Relish
Skippyor Jiff Peanut Butter
Campbell's Soups
Cattleman's Bar-B-Que Sauce
Louisiana Hot Sauce

g. Packaging, Packing, and Labeling
All packaging and packing shall be in accordance with best commercial practices. Labeling shall be in accordance with best commercial practices. Labeling shall be in accordance with the Federal Food, Drug and Cosmetic Act and regulations promulgated thereunder. All meat willbe vacuum packed when practicable. In all instances the packaging must protect the product from freezer burn and contamination.

Frozen products must be processed and packed to allow removal of the individual units form the container without damage to the other units. The intent is tobe able to remove only that amount of product required for current needs, without the necessity of defrosting all units.

Chill and freeze products must be shipped in refrigerated (Reefer) Vans and appropriately separated per temperature requirements.

3. Submission Requirements: The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting, to submit a Capability Statement consisting of appropriate documentation, literature, brochures, and past performance information with references. Past performance documentation shall include contact names, as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of Small Business Size must also be included. The company's CAGE Code and DUNS number shall also be included with the submission.

The Capability Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to similar requirements. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Please indicate your interest and/or abilityto provide all services, and provide the maximum lifting capabilities of your facility. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will notpay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results.

All interested firms with 311999 as an approved NAICS code have until Thursday, November 14, 12:00pm (central time) to submit the following information:

1. Please provide your company name, address, and distance from Subsistence Unit, 2449 Haining Road, Vicksburg, MS 39183, and point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 311999.

2. Clearly confirm that your company business size as Large Business, Small Business, and if applicable, designation as HUB Zone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business.

3. Evidence of capabilities to perform comparable/relevant work on three recent projects (not more than five years old). Include project name and key/salient features of the project; completion date, total contract value, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation.

4. If your company is not currently providing this support, has your companyhad experience in the last 5 years providing these types of services?

5. What does your company specialize in?

6. Firm's capability to perform, to include geographic location, project size, equipment list and equipment capability.

7. What experience does your company have with Government contracts?

Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email willbe accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought may be e-mailed to LaShanda Bailey-Areghan at LaShanda.Bailey-Areghan@usace.army.mil with the title "VICKSBURG DISTRICT SUBSISTENCE FOOD AND SUPPLIES BPA". All interested firms, with 311999 as an approved NAICS code, responses must be received no later than November 14, 2019 by 12:00p.m., CST.

CITE: https://www.fbo.gov/spg/USA/COE/DACA38/W912EE20Q0004/listing.html