HDR1010500200000203111600KCCO DOMESTIC SOLICITATION UHD3-021 ******NEW*****NEW******NEW*****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*****NEW*****NEW*****NEW***** Ultra High Temperature Milk Solicitation UHD3-021 dated February 3, 2011 for Domestic Programs. Landscape printer preference must be used to print Internet data. 1. Solicitation Number: UHD3-021 2. Solicitation Issue Date: February 3, 2011 3. Issued By: United States Department of Agriculture (USDA) Kansas City Commodity Office (KCCO) Domestic Procurement Division P.O. Box 419205 Kansas City, MO 64141-6205 4. Solicitation Type: Sealed Bids (IFB) 5. Offer Due Date/Local Time: February 15, 2011, 9:00 a.m. CST 6. Award Notification Date: February 16, 2011, 3:00 p.m. CST 7. Public Release of Award Date: February 17, 2011, 4:00 p.m. CST 8. Solicitation Information Contact: Monday through Friday except Federal holidays, 8:00 a.m. to 4:00 p.m. CST. Name: Clyde King Telephone Number: 816-926-2610 Note: If the matter is urgent and the above contact person does not answer, call USDA Domestic Procurement at 816-926-6124. E-mail:clyde.king@kcc.usda.gov 9. Internet Address: http://www.fsa.usda.gov/FSA/ 10. This Acquisition is: /x/ Unrestricted / / Set Aside / / 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.) 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, it may award the quantities to other than small business concerns. 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. If the bidder elects to waive the preference, it shall so indicate in its bid. 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 12. Delivery Type: F.O.B destination 13. Submit Invoices to: Financial Services Center Fund and Commodity Management Office Invoice Payment Group, Stop 8578 P.O. Box 419205 Kansas City, MO 64141-6205 For express mail: Financial Services Center Fund and Commodity Management Office Invoice Payment Group, Stop 8578 6501 Beacon Drive Kansas City, MO 64133-4676 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 quantity requested will not be accepted. B. Only one bid price shall be submitted for an item number, including items with multiple destinations. 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. 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/. E. Supplier Agreement Requirement. If the offer is for product the offeror will not itself manufacturer, 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. F. / /Applicable if Checked. DEBES Business Size/Type Designation for Subcontracting. Applicable if this solicitation contains a partial small business set-aside. 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-da DOMESTIC INVITATION SUMMARY FOR ANNOUNCEMENT UHD3 INVITATION 021 DELIVERY FIRST HALF SECOND HALF TOTAL MONTH/YEAR COMMODITY & PACK POUNDS POUNDS POUNDS ------------------------------------------------------------------------------------------------- APRIL 2011 1% UHT FLUID MILK 928,800 232,200 1,161,000 12/32 OZ APRIL TOTAL 928,800 232,200 1,161,000 MAY 2011 1% UHT FLUID MILK 619,200 309,600 928,800 12/32 OZ MAY TOTAL 619,200 309,600 928,800 JUNE 2011 1% UHT FLUID MILK 657,900 464,400 1,122,300 12/32 OZ JUNE TOTAL 657,900 464,400 1,122,300 INVITATION TOTAL 2,205,900 1,006,200 3,212,100 DOMESTIC INVITATION ITEM LISTING FOR ANNOUNCEMENT UHD3, INVITATION 021, DELIVERY APRIL 2011 - JUNE 2011 FOB DEST DELIVERY QUANTITY ITEM PACK SIZE STATE & CITY ZIP CODE PERIOD (POUNDS) DELIVERY INFO ----------------------------------------------------------------------------------------------- 1% UHT FLUID MILK 0001 12/32 OZ CA LONG BEACH 908131434 4/01-15/11 38,700 TRUCK ONLY 0002 12/32 OZ CA OAKLAND 946212004 4/01-15/11 38,700 TRUCK ONLY 0003 12/32 OZ CA SACRAMENTO 958280918 4/01-15/11 38,700 TRUCK ONLY 0004 12/32 OZ CA SACRAMENTO 958280918 4/01-15/11 38,700 TRUCK ONLY 0005 12/32 OZ MD BALTIMORE 212245309 4/01-15/11 38,700 TRUCK ONLY 0006 12/32 OZ MD BALTIMORE 212245309 4/01-15/11 38,700 TRUCK ONLY 0007 12/32 OZ MD BALTIMORE 212245309 4/01-15/11 38,700 TRUCK ONLY 0008 12/32 OZ MI LANSING 489062723 4/01-15/11 9,675 TRUCK ONLY MI FLINT 485034221 4/01-15/11 18,189 TRUCK ONLY MI BATTLE CREEK 490377327 4/01-15/11 10,836 TRUCK ONLY ITEM TOTAL 38,700 0009 12/32 OZ MI WARREN 480915322 4/01-15/11 38,700 TRUCK ONLY 0010 12/32 OZ MO CARTHAGE 648360000 4/01-15/11 38,700 TRUCK ONLY 0011 12/32 OZ MO CARTHAGE 648360000 4/01-15/11 38,700 TRUCK ONLY 0012 12/32 OZ MO CARTHAGE 648360000 4/01-15/11 38,700 TRUCK ONLY 0013 12/32 OZ MO CARTHAGE 648360000 4/01-15/11 38,700 TRUCK ONLY 0014 12/32 OZ MO KANSAS CITY 641619746 4/01-15/11 38,700 TRUCK ONLY 0015 12/32 OZ NM GALLUP 873010000 4/01-15/11 38,700 TRUCK ONLY 0016 12/32 OZ NY BRONX 104747000 4/01-15/11 38,700 TRUCK ONLY 0017 12/32 OZ OH CLEVELAND 441100000 4/01-15/11 38,700 TRUCK ONLY 0018 12/32 OZ OH FAIRFIELD 450144207 4/01-15/11 38,700 TRUCK ONLY 0019 12/32 OZ OH GROVE CITY 431239741 4/01-15/11 38,700 TRUCK ONLY 0020 12/32 OZ OK ANTLERS 745230000 4/01-15/11 38,700 TRUCK ONLY 0021 12/32 OZ OK TAHLEQUAH 744650000 4/01-15/11 38,700 TRUCK ONLY 0022 12/32 OZ OK TULSA 741065940 4/01-15/11 15,480 TRUCK ONLY OK OKLAHOMA CITY 731797640 4/01-15/11 23,220 TRUCK ONLY ITEM TOTAL 38,700 0023 12/32 OZ PR CAGUAS 007250000 4/01-15/11 38,700 TRUCK ONLY 0024 12/32 OZ TX AUSTIN 787457305 4/01-15/11 38,700 TRUCK ONLY 0025 12/32 OZ CT EAST HAVEN 065121407 4/16-30/11 38,700 TRUCK ONLY 0026 12/32 OZ MO KANSAS CITY 641619746 4/16-30/11 38,700 TRUCK ONLY 0027 12/32 OZ MS JACKSON 392016215 4/16-30/11 38,700 TRUCK ONLY 0028 12/32 OZ OK TAHLEQUAH 744650000 4/16-30/11 38,700 TRUCK ONLY 0029 12/32 OZ PR CAGUAS 007250000 4/16-30/11 38,700 TRUCK ONLY 0030 12/32 OZ SC COLUMBIA 292015162 4/16-30/11 38,700 TRUCK ONLY 0031 12/32 OZ CA SACRAMENTO 958280918 5/01-15/11 38,700 TRUCK ONLY 0032 12/32 OZ MO CARTHAGE 648360000 5/01-15/11 38,700 TRUCK ONLY 0033 12/32 OZ MO CARTHAGE 648360000 5/01-15/11 38,700 TRUCK ONLY 0034 12/32 OZ MO CARTHAGE 648360000 5/01-15/11 38,700 TRUCK ONLY 0035 12/32 OZ MO CARTHAGE 648360000 5/01-15/11 38,700 TRUCK ONLY 0036 12/32 OZ MO KANSAS CITY 641619746 5/01-15/11 38,700 TRUCK ONLY 0037 12/32 OZ MO KANSAS CITY 641619746 5/01-15/11 38,700 TRUCK ONLY 0038 12/32 OZ MT HELENA 596016400 5/01-15/11 38,700 TRUCK ONLY 0039 12/32 OZ ND FARGO 581024278 5/01-15/11 38,700 TRUCK ONLY 0040 12/32 OZ NM GALLUP 873010000 5/01-15/11 38,700 TRUCK ONLY 0041 12/32 OZ NY BRONX 104747000 5/01-15/11 38,700 TRUCK ONLY 0042 12/32 OZ OH CLEVELAND 441100000 5/01-15/11 38,700 TRUCK ONLY 0043 12/32 OZ OH FAIRFIELD 450144207 5/01-15/11 38,700 TRUCK ONLY 0044 12/32 OZ OH YOUNGSTOWN 445091037 5/01-15/11 38,700 TRUCK ONLY 0045 12/32 OZ PR CAGUAS 007250000 5/01-15/11 38,700 TRUCK ONLY 0046 12/32 OZ TX AUSTIN 787457305 5/01-15/11 38,700 TRUCK ONLY 0047 12/32 OZ MI COMSTOCK PARK 493218955 5/16-31/11 38,700 TRUCK ONLY 0048 12/32 OZ MI FLINT 485072021 5/16-31/11 19,350 TRUCK ONLY MI WESTLAND 481865379 5/16-31/11 19,350 TRUCK ONLY ITEM TOTAL 38,700 0049 12/32 OZ MO KANSAS CITY 641619746 5/16-31/11 38,700 TRUCK ONLY 0050 12/32 OZ MO KANSAS CITY 641619746 5/16-31/11 38,700 TRUCK ONLY 0051 12/32 OZ OK TAHLEQUAH 744650000 5/16-31/11 38,700 TRUCK ONLY 0052 12/32 OZ PR CAGUAS 007250000 5/16-31/11 38,700 TRUCK ONLY 0053 12/32 OZ SC COLUMBIA 292015162 5/16-31/11 38,700 TRUCK ONLY 0054 12/32 OZ WI MILWAUKEE 532076206 5/16-31/11 38,700 TRUCK ONLY 0055 12/32 OZ MO CARTHAGE 648360000 6/01-15/11 38,700 TRUCK ONLY 0056 12/32 OZ MO CARTHAGE 648360000 6/01-15/11 38,700 TRUCK ONLY 0057 12/32 OZ MO CARTHAGE 648360000 6/01-15/11 38,700 TRUCK ONLY 0058 12/32 OZ MO KANSAS CITY 641619746 6/01-15/11 38,700 TRUCK ONLY 0059 12/32 OZ MO KANSAS CITY 641619746 6/01-15/11 38,700 TRUCK ONLY 0060 12/32 OZ NM ALBUQUERQUE 871095863 6/01-15/11 38,700 TRUCK ONLY 0061 12/32 OZ NM GALLUP 873010000 6/01-15/11 38,700 TRUCK ONLY 0062 12/32 OZ NY BRONX 104747000 6/01-15/11 38,700 TRUCK ONLY 0063 12/32 OZ NY LATHAM 121101409 6/01-15/11 38,700 TRUCK ONLY 0064 12/32 OZ OH CLEVELAND 441100000 6/01-15/11 38,700 TRUCK ONLY 0065 12/32 OZ OH FAIRFIELD 450144207 6/01-15/11 38,700 TRUCK ONLY 0066 12/32 OZ OH GROVE CITY 431239741 6/01-15/11 38,700 TRUCK ONLY 0067 12/32 OZ OK ANTLERS 745230000 6/01-15/11 38,700 TRUCK ONLY 0068 12/32 OZ OK TAHLEQUAH 744650000 6/01-15/11 38,700 TRUCK ONLY 0069 12/32 OZ OK TULSA 741065940 6/01-15/11 15,480 TRUCK ONLY OK OKLAHOMA CITY 731797640 6/01-15/11 23,220 TRUCK ONLY ITEM TOTAL 38,700 0070 12/32 OZ PR CAGUAS 007250000 6/01-15/11 38,700 TRUCK ONLY 0071 12/32 OZ TX AUSTIN 787457305 6/01-15/11 38,700 TRUCK ONLY 0072 12/32 OZ CO COLORADO SPRING 809151200 6/16-30/11 38,700 TRUCK ONLY 0073 12/32 OZ CO DENVER 802392906 6/16-30/11 38,700 TRUCK ONLY 0074 12/32 OZ CO DENVER 802392906 6/16-30/11 9,675 TRUCK ONLY CO GREELEY 806319100 6/16-30/11 29,025 TRUCK ONLY ITEM TOTAL 38,700 0075 12/32 OZ CO PUEBLO 810014200 6/16-30/11 22,291 TRUCK ONLY CO COLORADO SPRING 809151200 6/16-30/11 16,409 TRUCK ONLY ITEM TOTAL 38,700 0076 12/32 OZ MO CARTHAGE 648360000 6/16-30/11 38,700 TRUCK ONLY 0077 12/32 OZ MO CARTHAGE 648360000 6/16-30/11 38,700 TRUCK ONLY 0078 12/32 OZ MO KANSAS CITY 641619746 6/16-30/11 38,700 TRUCK ONLY 0079 12/32 OZ OK TAHLEQUAH 744650000 6/16-30/11 38,700 TRUCK ONLY 0080 12/32 OZ OR PORTLAND 972111918 6/16-30/11 38,700 TRUCK ONLY 0081 12/32 OZ PR CAGUAS 007250000 6/16-30/11 38,700 TRUCK ONLY 0082 12/32 OZ SC COLUMBIA 292015162 6/16-30/11 38,700 TRUCK ONLY 0083 12/32 OZ TX TYLER 757012532 6/16-30/11 38,700 TRUCK ONLY COMMODITY TOTAL 3,212,100 INVITATION TOTAL 3,212,100 *** 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. 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 or 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. B. Contractor Past Performance Evaluation (applicable for contracts exceeding the simplified acquisition threshold of $150,000. 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 Master Solicitation for Commodity Procurements (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 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. William L. Lang Contracting Officer, USDA Solicitation Number: UHD3-021