HDR1010500210000203111600KCCO DOMESTIC SOLICITATION (IFB) CP11-021 CORN PRODUCTS SOLICTATION CP11-021, DATED February 3, 2011 FOR DOMESTIC PROGRAMS. *******NEW*******NEW*******NEW*******NEW*******NEW*******NEW*****NEW******* See Section 14. Submission of Offers. DEBES Business Size/Type Designation for Subcontracting. *******NEW*******NEW*******NEW*******NEW*******NEW*******NEW*****NEW******* 1. Solicitation Number: CP11-021 2. Solicitation Issue Date: February 3, 2011 3. Issued By: Kansas City Commodity Office (KCCO) Procurement Division USDA – Farm Service Agency Beacon Facility – Mail Stop 8718 PO Box 419205 Kansas City, MO 64141-6205 4. Solicitation Type: Sealed Bids (IFB) 5. Offer Due Date/Local Time: February 15, 2011, CST 9:00 a.m. 6. Award Notification Date: February 16, 2011, CST 1:00 p.m. 7. Public Release of Award Date: February 17, 2011, CST 4:00 p.m. 8. Solicitation Information Contact: Monday through Friday except Federal holidays, 8:00 a.m. to 4:00 p.m. CST Name: Robin Casper Telephone Number: 816-926-1868 Note: If the matter is urgent and the above contact person does not answer, call UDSA Domestic Procurement at 816-926-6124. E-mail: robin.casper@kcc.usda.gov 9. Internet Address: http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas-do 10. This Acquisition is: /X/ Unrestricted /X/ Set-Aside for: /X/ Small Business Set-Aside in accordance with FAR 19.502-2. Any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. (Item Numbers in the 9000-9999 series as shown in the schedule of supplies) / / 8(a) Program noncompetitive (1bs), letter RFP only / / Service-Disabled Veteran-Owned Small Business (SDVOSB) noncompetitive (_____lbs), letter RFP only Offers will be evaluated in the following order of precedence: 1. Bids 2. Proposals. NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE If specified in the solicitation, certain quantities are set aside exclusively for small business firms under the Small Business Act (15 U.S.C. 631, et seq.). Bids received for these set-aside quantities from firms who are not small business concerns will not be considered. In the event the Government is unsuccessful in contracting with an eligible small business concern(s) for the set-aside quantities, the Government may award the quantities to other than small business concerns. NOTICE OF 8(a) ACQUISITION If specified in the solicitation, the Government may reserve up to five (5) percent of the solicitation quantity for 8(a) firms certified by the Small Business Administration in accordance with the Federal Acquisition Regulation (FAR), Part 19. The Government may increase the reserve to adjust quantities in the event of multiple awards to eligible 8(a) firms. In no event shall the Government offer for award a quantity in excess of an eligible 8(a) firm’s maximum quantity, if so established by the Government. If the 8(a) small business firm is a nonmanufacturer, it shall meet the definition and requirements outlined in FAR Part 19. In the event the Government is unsuccessful in contracting with an eligible 8(a) firm for the reserved quantity, the Government may award the quantities to other than 8(a) firms. HUBZONE PRICE EVALUATION PREFERENCE The Government will award contracts to eligible HUBZone bidders as provided in Part 2, Section A.4 of the Master Solicitation for Commodity Procurements at: http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas-do If the bidder elects to waive the preference, it shall so indicate in its bid. NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS ACQUISITION If specified in the solicitation, the Government may reserve up to three (3) percent of the solicitation quantity for Service-Disabled Veteran-Owned (SDVO) Small Business concerns as specified in FAR Clause 52.219.27. In the event the Government is unsuccessful in contracting with an eligible SDVO concern for the reserve quantity, the Government may award the quantities to other than SDVO concerns. If the SDVO concern is a nonmanufacturer, it shall meet the definition and requirements outlined in FAR Part 19. 11. NAICS Codes/Size Standards: See Master Solicitation for Commodity Procurements at: http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas-do 12. Delivery Type: F.O.B. destination 13. Submit Invoices to: Financial Services Center Fund and Commodity Management Office Invoice Payment Group USDA – Farm Service Agency Beacon Facility – Mail Stop 8578 PO Box 419205 Kansas City, MO 64141-6205 For Express Mail: Financial Services Center Fund and Commodity Management Office Invoice Payment Group USDA – Farm Service Agency Beacon Facility – Mail Stop 8578 9240 Troost Ave Kansas City, MO 64131-3055 For questions concerning invoices contact Invoice Payment Group at 816-926-6205. 14. Submission of offers: A. Bids shall be submitted through the Domestic Electronic Bid Entry System (DEBES) to be considered responsive. Price and mode of transportation bid for each item listed on the Schedule of Supplies shall be entered on the DEBES bid form. The Trans (transportation) Mode defaults to truck. Bidders may select rail or piggyback mode for each item, if applicable. Certain destinations require delivery by Truck Only or Rail only. Bids for less than item quantity requested will not be accepted. B. Only one bid price may be submitted for an item number, including items with multiple destination. C. DEBES information technology requirements are: (1) Operating system: Windows NT, Windows 2000, or Windows XP, or equivalent. (2) Browser requirement: Netscape versions greater than 4.07 and less than 6.0 (OR) Internet Explorer 5.0 or above. (3) Encryption: Browser capable of handling 128-bit encryption. (4) Proxy servers: Bidders shall set up proxy server to allow access to the Internet DEBES port http://pcsd.usda.gov/debes (5) Government will provide bidder with ID number and the initial password needed to access DEBES. Help: Call the Solicitation Information Contact person shown in this Solicitation. D. Offerors shall complete DEBES certifications, including that their quality control system(s) conforms to the higher-level quality standard in contract clause 52.246-11. E. / / The “kosher only” commodity requirements have changed (see the Schedule of Supplies for web link) and offerors for kosher will be required to certify capability to meet requirements. F. Plant Location Requirement. Offers shall accurately represent the plant location(s). “Plant location” is defined as the place where an end product is assembled from components, packaged, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. Upon acceptance of an offer, the combination of plant location and item becomes a contract term. Offerors are directed to submit offers from only “plant locations.” Offers for locations representing non-plant locations, such as, “company headquarters” or “Shippers Option” may be deemed non-responsive. Prospective contractors need to verify, early in the offering period, each Domestic Electronic Bid Entry System (DEBES) Logon ID. Specifically, that the company’s appropriate plant locations are shown in the DEBES Offer Form Page dropdown box. Plant locations that are not included on the list cannot have an offer submitted in association with that plant. Therefore, any plant locations not included on the list, from which offeror intends to use in performance of the contract, should be added. Promptly contact the specialist shown in this solicitation to request updates to your company’s plant location list. Plant location and the Place of Performance in ORCA provisions, 52.214-14 and 52.215-6 shall match. ORCA (Online Representations and Certifications Application) is available online at http://www.bpn.gov/. G. Supplier Agreement Requirement. If the offer is for product the offeror will not itself manufacture, offeror shall, by the offer due date/local time, submit the corresponding supplier agreement to, Attention: Contracting Officer at the solicitation information contact address shown in this solicitation. The supplier agreement shall: ? be in effect between the offeror and the product manufacturer for the period of contract performance, ? certify compliance with the applicable KCCO solicitation requirements, ? contain the DUNS number for the product manufacturer (if DUNS number exists), ? be on the product manufacturer's company letterhead, and ? be signed by both parties. A prospective contractor may be required to provide written evidence of a proposed subcontractor’s responsibility. The Contracting Officer may directly determine a prospective subcontractor’s responsibility. H. / /Applicable if Checked. DEBES Business Size/Type Designation for Subcontracting. Applicable if this solicitation contains a partial small business set-aside (NOTE: If the solicitation is a total small business set-aside, use paragraph G). An offer from a small business to supply manufactured products of small and large businesses shall be divided and submitted separately using separate DEBES logon IDs. An offer from a farmer-owned cooperative large business to supply manufactured products of both a small business and other than small(i.e., farmer-owned cooperative large business or large businesses) shall be divided and submitted separately using separate DEBES logon IDs. See information below. If Offeror Business And Manufactured Then DEBES Size/Type Size/Type* is Product is Designation is Subcontracted to a 1a)Small Business 1a)Small Business 1b) Farmer-owned 1)Small Business cooperative large 1b)Large Business business and/or large business 2a)Small business 2a)Farmer-owned cooperative large business 2)Farmer-owned 2b)Farmer-owned cooperative large cooperative large 2b)Large business business business and/or large business 3)Large business 3a)Any size/type business 3b)Large business *Farmer-owned cooperative small businesses are categorized as small businesses. Prospective contractors need to verify, early in the offering period, their Domestic Electronic Bid Entry System (DEBES) Logon IDs. Specifically, verify that the appropriate business size/type designation is shown on the applicable DEBES Certification page. If correction and/or an additional DEBES logon ID (to submit separate offers) are needed, promptly contact the solicitation information contact shown in this solicitation. Failure to comply with the applicable requirement may cause part or the entire offer to be deemed non-responsive. 15. Schedule of Supplies. The quantity awarded may be less than the quantity advertised due to program changes. Commodity requirements are available at http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas-do DOMESTIC INVITATION SUMMARY FOR ANNOUNCEMENT CP11 INVITATION 021 DELIVERY FIRST HALF SECOND HALF TOTAL SET- ASIDE MONTH/YEAR COMMODITY & PACK POUNDS POUNDS POUNDS POUNDS APRIL 2011 GRITS, FINE YELLOW 42,840 42,840 85,680 85,680 8/5 LB BAGS GRITS, CORN, WHITE 85,680 128,520 214,200 214,200 8/5 LB BAG CORNMEAL, DEGERMED YELLOW 85,680 0 85,680 85,680 8/5 LB BAG APRIL TOTAL 214,200 171,360 385,560 385,560 MAY 2011 MASA FLOUR CORN INSTANT YEL 43,200 0 43,200 50 LB BAG GRITS, FINE YELLOW 85,680 0 85,680 85,680 8/5 LB BAGS GRITS, CORN, WHITE 299,880 342,720 642,600 642,600 8/5 LB BAG CORNMEAL, DEGERMED YELLOW 128,520 0 128,520 128,520 8/5 LB BAG MAY TOTAL 557,280 342,720 900,000 856,800 JUNE 2011 GRITS, FINE YELLOW 85,680 0 85,680 85,680 8/5 LB BAGS GRITS, CORN, WHITE 42,840 171,360 214,200 214,200 8/5 LB BAG CORNMEAL, DEGERMED YELLOW 85,680 85,680 171,360 171,360 8/5 LB BAG JUNE TOTAL 214,200 257,040 471,240 471,240 INVITATION TOTAL 985,680 771,120 1,756,800 1,713,600 DOMESTIC INVITATION ITEM LISTING FOR ANNOUNCEMENT CP11, INVITATION 021, DELIVERY APRIL 2011 - JUNE 2011 FOB DEST DELIVERY QUANTITY ITEM PACK SIZE STATE & CITY ZIP CODE PERIOD (POUNDS) DELIVERY INFO MASA FLOUR CORN INSTANT YEL 0001 50 LB BAG MI CEDAR SPRINGS 493198125 5/01-15/11 43,200 TRUCK ONLY COMMODITY TOTAL 43,200 SBA COMMODITY TOTAL 0 ITEM PACK SIZE STATE & CITY ZIP CODE PERIOD (POUNDS) DELIVERY INFO GRITS, FINE YELLOW 9000 8/5 LB BAGS IL CHICAGO 606323920 4/01-15/11 42,840 TRUCK ONLY 9001 8/5 LB BAGS IL CHICAGO 606323920 4/16-30/11 42,840 TRUCK ONLY 9002 8/5 LB BAGS IL CHICAGO 606323920 5/01-15/11 42,840 TRUCK ONLY 9003 8/5 LB BAGS IL CHICAGO 606092315 5/01-15/11 42,840 TRUCK ONLY 9004 8/5 LB BAGS IL CHICAGO 606323920 6/01-15/11 42,840 TRUCK ONLY 9005 8/5 LB BAGS MS JACKSON 392016215 6/01-15/11 42,840 TRUCK ONLY COMMODITY TOTAL 257,040 SBA COMMODITY TOTAL 257,040 ITEM PACK SIZE STATE & CITY ZIP CODE PERIOD (POUNDS) DELIVERY INFO GRITS, CORN, WHITE 9006 8/5 LB BAG GA AUGUSTA 309094417 4/01-15/11 42,840 TRUCK ONLY 9007 8/5 LB BAG GA COLUMBUS 319095531 4/01-15/11 42,840 TRUCK ONLY 9008 8/5 LB BAG CA LONG BEACH 908131434 4/16-30/11 42,840 TRUCK ONLY 9009 8/5 LB BAG GA ATLANTA 303362709 4/16-30/11 42,840 TRUCK ONLY 9010 8/5 LB BAG GA VALDOSTA 316016535 4/16-30/11 42,840 TRUCK ONLY 9011 8/5 LB BAG GA ATLANTA 303186658 5/01-15/11 42,840 TRUCK ONLY 9012 8/5 LB BAG GA ATLANTA 303362709 5/01-15/11 42,840 TRUCK ONLY 9013 8/5 LB BAG LA BATON ROUGE 708076128 5/01-15/11 42,840 TRUCK ONLY 9014 8/5 LB BAG LA DELHI 712322841 5/01-15/11 42,840 TRUCK ONLY 9015 8/5 LB BAG LA NEW ORLEANS 701261124 5/01-15/11 42,840 TRUCK ONLY 9016 8/5 LB BAG LA NEW ORLEANS 701261124 5/01-15/11 42,840 TRUCK ONLY 9017 8/5 LB BAG SC COLUMBIA 292015162 5/01-15/11 42,840 TRUCK ONLY 9018 8/5 LB BAG CA VERNON 900583633 5/16-31/11 42,840 TRUCK ONLY 9019 8/5 LB BAG GA MACON 312175648 5/16-31/11 42,840 TRUCK ONLY 9020 8/5 LB BAG GA SAVANNAH 314041101 5/16-31/11 42,840 TRUCK ONLY 9021 8/5 LB BAG LA BATON ROUGE 708076128 5/16-31/11 42,840 TRUCK ONLY 9022 8/5 LB BAG LA BATON ROUGE 708076128 5/16-31/11 42,840 TRUCK ONLY 9023 8/5 LB BAG LA DELHI 712322841 5/16-31/11 42,840 TRUCK ONLY 9024 8/5 LB BAG LA NEW ORLEANS 701261124 5/16-31/11 42,840 TRUCK ONLY 9025 8/5 LB BAG LA NEW ORLEANS 701261124 5/16-31/11 42,840 TRUCK ONLY 9026 8/5 LB BAG GA COLUMBUS 319095531 6/01-15/11 42,840 TRUCK ONLY 9027 8/5 LB BAG CA LONG BEACH 908131434 6/16-30/11 42,840 TRUCK ONLY 9028 8/5 LB BAG GA ATLANTA 303362709 6/16-30/11 42,840 TRUCK ONLY 9029 8/5 LB BAG GA AUGUSTA 309094417 6/16-30/11 42,840 TRUCK ONLY 9030 8/5 LB BAG SC COLUMBIA 292015162 6/16-30/11 42,840 TRUCK ONLY COMMODITY TOTAL 1,071,000 SBA COMMODITY TOTAL 1,071,000 ITEM PACK SIZE STATE & CITY ZIP CODE PERIOD (POUNDS) DELIVERY INFO CORNMEAL, DEGERMED YELLOW 9031 8/5 LB BAG MO CARTHAGE 648360000 4/01-15/11 42,840 TRUCK ONLY 9032 8/5 LB BAG MO KANSAS CITY 641619746 4/01-15/11 42,840 TRUCK ONLY 9033 8/5 LB BAG MO CARTHAGE 648360000 5/01-15/11 42,840 TRUCK ONLY 9034 8/5 LB BAG MO KANSAS CITY 641619746 5/01-15/11 42,840 TRUCK ONLY 9035 8/5 LB BAG OK TAHLEQUAH 744650000 5/01-15/11 42,840 TRUCK ONLY 9036 8/5 LB BAG MO CARTHAGE 648360000 6/01-15/11 42,840 TRUCK ONLY 9037 8/5 LB BAG MO KANSAS CITY 641619746 6/01-15/11 42,840 TRUCK ONLY 9038 8/5 LB BAG PR ARECIBO 006130651 6/16-30/11 42,840 TRUCK ONLY 9039 8/5 LB BAG WV RIPLEY 252719318 6/16-30/11 42,840 TRUCK ONLY COMMODITY TOTAL 385,560 SBA COMMODITY TOTAL 385,560 INVITATION TOTAL 1,756,800 SBA INVITATION TOTAL 1,713,600 *** END OF ITEM LISTING *** 16. Shipment/Delivery Schedule: See Schedule of Supplies for period of performance. The Government shall issue a Notice(s) to Deliver at least seven (7) calendar days prior to the first day of each period of performance scheduled in the contract. Contractor shall comply with the instructions in the Notice(s) to Deliver. If a Notice to Deliver is issued less than seven (7) calendar days prior to the first day of the contracted period of performance, the performance period shall be extended by the number of days the Notice to Deliver is issued late. Contractor shall not be entitled to any extension of the performance period unless it furnishes evidence satisfactory to the Government that it was prepared to perform during the contracted period of performance. 17. Other Requirements: A. Bidders shall meet the “Qualification Requirements for Prospective Contractors Selling Commodities to USDA” provision at Part 2, Section A.1(b) in the Master Solicitation for Commodity Procurements (MSCP). B. Seals on Transportation Conveyances Suppliers of commodities, products and/or services shall be responsible for placing a seal(s) on all cargo doors of each transportation conveyance upon completion of loading, partial unloading, inspection, or servicing. The seal must be a numbered, barrier-type, high security bolt, cable or equivalent device which can only be removed with bolt cutter type tools. The contractor or its agent shall provide a sufficient number of barrier-type seals to ensure clear security of the lading while in route through final destination. The seal numbers shall be documented on the Bill of Lading, which must be signed or acknowledged by the carrier of its agent. Deliveries may be refused if the seal is broken or missing, or if the seal number(s) does not match the seal number(s) recorded on the conveyance's Bill of Lading. C. Contractor Past Performance Evaluation (applicable for contracts exceeding the simplified acquisition threshold of $100,000. (NOTE: on October 01, 2010 this dollar threshold must be increased to $150,000 – as per FAC 2005-45) The Government will prepare a past performance evaluation at the time the work under the contract or delivery order is completed. Evaluation will rate performance areas such as, quality of product or service, cost control, timeliness of performance, business relations, and when applicable, performance against, and efforts to achieve the goals identified in the small business subcontracting plan. The evaluation will be entered into the Contractor Performance Assessment Reporting System (CPARS). Contractor will have an opportunity to comment on the Government’s evaluation. Details on access and use of CPARS will be provided to the Contractor at a future date. The past performance evaluation may be used by the Government to support future award decisions. 18. FAR and Agriculture Acquisition Regulation (AGAR) Provisions and Clauses: A. This solicitation shall be subject to the terms and conditions of KCCO's MSCP in effect as of the date of this solicitation and can be found at: http://www.fsa.usda.gov/FSA/webapp?area=home&subject=coop&topic=pas-do The FAR and AGAR provisions and clauses applicable to this solicitation are Contained in the MSCP. B. / / Applicable if checked. FAR Clause 52.232-18, Availability of Funds (Apr 1984). Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the contracting officer for this contract and until the contractor receives notice of such availability, to be confirmed in writing by the contracting officer. Ray Boyd Contracting Officer, USDA February 3, 2011 Solicitation CP11 021