Search Contract Opportunities

Missouri National Guard Subsistence Prime Vendor   2

ID: W912NS25Q11NS • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Missouri National Guard is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, FAR 13, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; capability statements are being requested and a request for quote will not be issued under this solicitation.

The Missouri National Guard intends to enter into a Subsistence Prime Vendor Blanket Purchase Agreement (BPA) with the vendor that provides the best value to the government. A BPA will be established with a company that has a history of successfully providing quality raw subsistence items under a contract action at a fair and reasonable price and can meet the qualifications of the Missouri National Guard.

Attached to this solicitation is a current listing of all the ingredients that are utilized by the Missouri National Guard. This ingredient list is subject to change as the Missouri National Guard updates, changes and modifies their menu rotation. The selected Prime Vendor would need to demonstrate through their current catalog that they can provide variations of the products on the ingredient list.

Please note that a BPA is not a contract. A BPA is an agreement intended to support a streamlined method for acquiring products or services on an as-needed basis from qualified sources. The intent is to eliminate the need for repetitive costly re-procurements. All funded requirements issued under the terms and conditions of a BPA are called Orders . The establishment of a BPA does not guarantee orders will be made. There is no minimum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The Government may request a site visit with any offeror to establish acceptability. A minimum of one annual review of the BPA holder will occur, to ensure standards are met.

This BPA will be established for three years or a maximum ceiling of $750,000, whichever comes first. Additionally, either party has the choice to terminate or re-negotiate an agreement provided a 30-day notification is given.

In accordance with FAR 52.212-1(g) which is incorporated by reference, the Government intends to evaluate capabilities statements and issue a BPA without discussions with offerors. Please review FAR 52.212-1 in its entirety.

Offerors must have a current active registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror shall ensure all representations and certifications are current in SAM as a condition of award.

Additionally, the selection of the vendor for this BPA will be conducted through a best value evaluation process under FAR Part 13, using price and other factors. The Government will evaluate current catalog pricing, content, delivery regions, locations, delivery lead time, and past performance to determine the vendor that represents the best value to the government. All interested vendors must meet regulatory requirements under FAR 9.104-1, including demonstrating financial and technical responsibility. Additionally, under FAR 9.104-2(b), vendors must comply with agency-specific sanitation standards and be willing to undergo routine inspections. Agency inspection standards are outlined in TB-MED 530. To ensure that the MONG can conduct these routine inspections in accordance with federal and agency standards, interested vendors must own and operate their own distribution center.

To be considered qualified for consideration, you must submit at a minimum the following:

  • Capability Statement, with delivery regions, and standard delivery lead time
  • Copy of compliant inspection from a civilian health authority or regulatory authority (i.e. County/State Health Inspector, FDA Inspections, etc.).
  • Current Catalog with base pricing
  • Interested vendors must also have an online ordering system or catalog to allow the contracting office to review available products, compare prices, and place orders efficiently.

Required Documents and or questions about this notice should be emailed to jesse.l.harrison13.civ@army.mil and ethan.j.curtis2.mil@army.mil with a subject line of Business Name - Subsistence Prime Vendor MONG Capabilities Statement

Questions should be emailed no later than 20 January 2025.

Complete submissions are due no later than 30 January 2025. Please do not wait until the closing date on this notice to submit your response.

Background
The Missouri National Guard is seeking to establish a Subsistence Prime Vendor Blanket Purchase Agreement (BPA) aimed at acquiring quality raw subsistence items. The selected vendor must demonstrate a history of successful provision of these items at fair prices and meet the qualifications set by the Missouri National Guard.

The BPA is intended to streamline the acquisition process for products or services on an as-needed basis, eliminating repetitive re-procurement costs.

Work Details
The contract involves providing a variety of raw subsistence items as listed in the ingredient list attached to the solicitation. The selected Prime Vendor must show through their catalog that they can supply variations of these products. Specific requirements include:
- Capability Statement detailing delivery regions and standard lead times.
- A compliant inspection copy from a health authority.
- Current catalog with base pricing.
- An online ordering system for efficient product review and order placement.

Period of Performance
The BPA will be established for three years or until a maximum ceiling of $750,000 is reached, whichever comes first.

Overview

Response Deadline
Jan. 30, 2025, 2:00 p.m. EST Past Due
Posted
Dec. 30, 2024, 4:25 p.m. EST
Set Aside
None
Place of Performance
Jefferson City, MO 65101 United States
Source

Current SBA Size Standard
700 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
On 12/30/24 Missouri National Guard issued Solicitation W912NS25Q11NS for Missouri National Guard Subsistence Prime Vendor due 1/30/25. The opportunity was issued full & open with NAICS 311991 and PSC 8945.
Primary Contact
Name
Jesse Harrison   Profile
Phone
None

Secondary Contact

Name
Ethan J. Curtis   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Ethan J. Curtis Profile ethan.j.curtis2.mil@army.mil None

Documents

Posted documents for Solicitation W912NS25Q11NS

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W912NS25Q11NS

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912NS25Q11NS

Incumbent or Similar Awards

Contracts Similar to Solicitation W912NS25Q11NS

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912NS25Q11NS

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912NS25Q11NS

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NJ USPFO ACTIVITY MO ARNG
FPDS Organization Code
2100-W912NS
Source Organization Code
100221434
Last Updated
Feb. 15, 2025
Last Updated By
ethan.j.curtis2.civ@army.mil
Archive Date
Feb. 14, 2025