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