DLA TROOP SUPPORT INDO-PACIFIC intends to issue a solicitation and ultimately enter into a Simplified Indefinite-Delivery Contract(s) (“SIDC”) with a commercial firm(s) to supply a full-line of USDA Grade Number 1 or better-quality FF&V products to Non-DoD USDA School customers on the islands of Lanai and Molokai, Hawaii. Specific quality requirements per item are included in the Schedule of Items (Attachment 1). Failure to propose the specified quality requirement per item as identified in Attachment 1 may render an offeror’s proposal technically unacceptable. After solicitating, the Agency intends to make one award.
A successful offeror(s) will be required to source, purchase, store, and deliver a variety of FF&V items to DLA Troop Support Indo-Pacific customers on an ongoing basis, while at the same time maintaining acceptable fill rates, levels of customer service, and product quality. Therefore, an offeror must currently possess the physical, logistical, and financial resources to serve as a commercial distributor of a variety of FF&V items. It is neither sufficient nor acceptable for an offeror to be a third-party logistics (“3PL”) company (i.e. a company that does not intend to serve as the FF&V supplier but instead intends to subcontract out the majority of aspects required by the contract, including but not limited to ordering, warehousing, distribution, etc.). By offering, an offeror affirms its status as a current and functioning commercial distributor of FF&V items. In order to determine whether an offeror meets the technical requirement of being a current and functioning commercial FF&V distributor, the Contracting Officer will require an offeror to provide its current and valid Perishable Agricultural Commodities Act (“PACA”) license.
This acquisition is being solicitated under the authority of FAR 13.5, “Simplified Procedures for Certain Commercial Items”. The purpose of this program is to vest Contracting Officers with additional procedural discretion and flexibility, so that commercial item acquisitions greater than the simplified acquisition threshold but not exceeding $7.5 million may be solicited, offered, evaluated, and awarded in a simplified manner that maximized efficiency and economy and minimized burden and administrative costs for both the government and Industry.
Offerors are required to propose on all items in the solicitation's Schedule of Items. Failure to do so may result in a proposal being deemed technically unacceptable and therefore excluded from further consideration for award. Because the Contracting Officer is not obligated to initiate negotiations, each offeror shall submit its Most Competitive Proposal. Said proposal shall be responsive to all of the Solicitation’s requirements and free from any deficiencies.
Submissions: Please see all attachments. If interested, we strongly encourage submitting all completed documents required (i.e. Signed Copy of SF1449 Cover Letter, Attachment 1 Schedule of Items [w/Prices Filled Out], Attachment 8 Vendor Overview [Filled Out], and All Required Certificates, etc.). We appreciate and thank you in advance for your offer.
Questions pertaining to this solicitation shall be submitted in writing, no later than 08:00 AM Hawaii Standard Time (HST), Feb 4, 2025.
PROPOSALS ARE DUE NO LATER THAN 08:00 AM HST, Wednesday, February 12, 2025. Please email proposal to floyd.shiroma@dla.mil. and kirk.moser@dla.mil. It is the offeror's responsibility to confirm receipt of proposal.
Points of Contact:
Floyd Shiroma – email: floyd.shiroma@dla.mil.
Kirk Moser - email: kirk.moser@dla.mil