DLA TROOP SUPPORT INDO-PACIFIC intends to issue a solicitation and subsequently enter into a Simplified Indefinite-Delivery Contract(s) (“SIDC”) with a commercial firm(s) to supply a full line of Perishable and Semi-Perishable Grocery Items to both DoD and Non-DoD customers on the Island of Oahu. The specific quality requirements for each item are detailed in the Schedule of Items (Attachment 1). Failure to meet the specified quality requirements per item, as outlined in Attachment 1, may result in the rejection of an offeror's proposal as technically unacceptable. If the description of any item in Attachment 1 does not specify a particular quality grade, the minimum required quality standard for any future solicitation will be USDA Grade Number A or better.
Following the solicitation process, the Agency intends to make a single award.
A successful offeror will be required to source, purchase, store, and deliver a variety of perishable and semi-perishable grocery items (subsistence) to DLA TROOP SUPPORT INDO-PACIFIC customers on an ongoing basis. This includes maintaining acceptable fill rates, customer service levels, and product quality. Consequently, offerors must possess the physical, logistical, and financial capabilities to serve as a commercial distributor for both perishable and non-perishable items. It is insufficient and unacceptable for an offeror to be a third-party logistics (“3PL”) provider, meaning a company that does not intend to directly supply the goods but rather intends to subcontract significant aspects of the contract, such as ordering, warehousing, and distribution. By submitting a proposal, an offeror affirms its status as a functioning, commercial distributor of perishable and non-perishable items.
Subsistence items provided to DLA TROOP SUPPORT INDO-PACIFIC customers must comply with the Berry Amendment and must be sourced and manufactured in the United States from an approved DoD food source.
This acquisition is being solicited under the authority of FAR 13.5, "Simplified Procedures for Certain Commercial Items." The purpose of this program is to grant contracting officers additional procedural discretion and flexibility, enabling the solicitation, offering, evaluation, and awarding of commercial item acquisitions greater than the simplified acquisition threshold but not exceeding $7.5 million. This process is designed to maximize efficiency, economy, and minimize the burden and administrative costs for both the government and industry.
Offerors are required to submit proposals for all items listed in the Solicitation’s Schedule of Items. Failure to do so may result in the proposal being deemed technically unacceptable and excluded from further consideration for award. The Contracting Officer is under no obligation to initiate negotiations; therefore, each offeror must submit its Most Competitive Proposal, ensuring full compliance with all Solicitation requirements, free of 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. Your responses regarding this solicitation are requested back by 08:00PM HST on Friday, April 18, 2024. Please respond via email to the following address:
- Bradley Ah Nee, bradley.ahnee@dla.mil
- Kirk Moser, kirk.moser@dla.mil
NOTE: The contractor may modify the item description on the Schedule of Items (Attachment 1) to reflect a commercially available item that best matches the currently listed item. This adjustment is intended to allow the contractor to offer more competitive pricing based on the commercially available pack sizes of the items listed. Please ensure that any such changes are clearly noted on the Schedule of Items when submitting your offer. Any changes must be approved by the contracting officer prior to award.