NYARNG Notice of Intent to Sole Source Raw Subsistence
ID: W912PQ25P0003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NY ARNGLATHAM, NY, 12110-2224, USA

NAICS

Perishable Prepared Food Manufacturing (311991)

PSC

MEAT, POULTRY, AND FISH (8905)
Timeline
    Description

    The Department of Defense, through the United States Property and Fiscal Officer for New York (USPFO-NY), intends to award a sole source contract to Valley Foods, Inc. for the procurement of raw subsistence items necessary for the training of soldiers at Fort Indiantown Gap, Pennsylvania. This procurement is justified under FAR 6.302-5(a)(2)(i), which allows for acquisitions from a specified source when other providers cannot meet military food service regulations. The raw subsistence is critical for ensuring that units without food service capabilities can adequately prepare meals for their personnel during training exercises. Interested parties may submit their capability statements to Johanna Goman at johanna.a.goman.civ@army.mil within 7 calendar days of this notice, although the government retains discretion over whether to conduct a competitive procurement. For further inquiries, interested vendors can also contact Ashley Pace at ashley.a.pace4.civ@army.mil.

    Files
    Title
    Posted
    The document serves as a justification review for a contract with the National Guard Bureau, specifically for the procurement of raw subsistence items needed for the 42nd Infantry Division's training at Fort Indiantown Gap. The estimated costs are not specified in the document but are categorized under the authority of 41 USC 1901, allowing for the solicitation from a single source based on the inability of other providers to meet specific military regulations regarding food service. The program manager, SSG Jonathan Rosado Feliciano, supports the claim that only one supplier can meet the unique requirements, as other units without food service capabilities must source their supplies from Valley Foods. Previous procurement actions indicate a continuity in this contract without securing additional competition due to the organizational restrictions. The document concludes with certifications of accuracy and fairness in cost assessments by the contracting officer, Ashley Pace. Overall, this review justifies the exclusive sourcing of subsistence supplies for military training, targeting compliance with necessary regulations and ensuring operational effectiveness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Full Line Food Distribution For the New Jersey, New York and Eastern and Central Pennsylvania Areas
    Active
    Dept Of Defense
    Presolicitation Notice: Department of Defense (DoD) is seeking a Full Line Food Distribution service for the New Jersey, New York, and Eastern and Central Pennsylvania areas. This service will support customers such as McGuire Air Force Base, Fort Dix, and other federally funded agencies. The service will involve providing various quantities of subsistence items from the 8900 Federal Catalog or their commercial equivalents. The estimated value of the requirement is $79,800,000.00 for Zone 1 (New Jersey, Pennsylvania, and Southern New York) and $33,600,000.00 for Zone 2 (Northern New York). The items will be delivered approximately 60 days after the date of award. The contract will have a base period of up to 24 months, with additional option periods. The acquisition is unrestricted and will be evaluated using Lowest Price Technically Acceptable procedures. All responsible sources may submit a proposal. The solicitation can be found on the DLA Troop Support DIBBS website. The closing date for this solicitation is October 16, 2013.
    (Amended) Pennsylvania, New Jersey, Southern New York and Surrounding Areas
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support in Pennsylvania, New Jersey, Southern New York, and surrounding areas. The contractor will be responsible for delivering various subsistence items on a "just in time" basis, with deliveries expected to commence no later than 120 days post-award. This procurement is crucial for ensuring timely access to both perishable and semi-perishable food products, which will be supplied by a "Full-Line" food distributor. The maximum contract value is $82,744,451.80, with a contract duration of up to five years, and proposals will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested parties can reach out to Vance S. Corey at vance.corey@dla.mil or 215-737-5444 for further information, with the Request for Proposal (RFP) anticipated to be posted in November 2024.
    FULL LINE FOOD SERVICES FOR KANSAS, MISSOURI, AND SURROUNDING AREAS
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense's Defense Logistics Agency (DLA) Troop Support office for full line food services in Kansas, Missouri, and surrounding areas. The DLA intends to solicit for Prime Vendor support to provide various quantities of subsistence items from the federal catalog or their commercial equivalents. The procurement action has a maximum dollar value of $299,250,000.00, with separate maximums for Zone 1 ($54,250,000.00) and Zone 2 ($245,000,000.00). The award will be an Indefinite Delivery Indefinite Contract for a performance period of up to five years, divided into two pricing tiers. The first tier is for a thirty-six month period, followed by a twenty-four month period for the second tier. This is an unrestricted acquisition, and delivery will be provided on a "Just in time" basis. The request for proposal will be posted on the DLABSMDibbs website as SPE300-19-R-0046.
    Pre-Solicitation Notice for Fresh Fruit and Vegetable support for DoD Troop and USDA School Customers in the Middle Atlantic Zone
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is preparing to solicit bids for the procurement of fresh fruits and vegetables to support both DoD troop and USDA school customers in the Middle Atlantic Zone. This presolicitation notice indicates that the solicitation will focus on providing perishable prepared food items, specifically categorized under NAICS code 311991 and PSC code 8915. The goods are essential for ensuring the nutritional needs of military personnel and school children are met, highlighting the importance of reliable food supply chains in these sectors. Interested vendors should note that the solicitation is expected to be posted in late October or early November, and no immediate response is required at this time; for further inquiries, they can contact Marcus Berenato at marcus.berenato@dla.mil or James Barr at james.barr@dla.mil.
    DLA CONUS SPV Pilot Request for Information (RFI)
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking industry input through a Request for Information (RFI) regarding the potential restructuring of the Contiguous United States (CONUS) Subsistence Prime Vendor (SPV) Program. The objective of this RFI is to explore the feasibility of consolidating food service support into a single contract that would cover multiple states, including Missouri, Arkansas, and Louisiana, rather than maintaining smaller regional contracts. This initiative aims to enhance efficiency and achieve cost savings in supplying food to military and federal customers, excluding Navy ships, over a proposed five-year contract period. Interested parties are encouraged to submit their capabilities, experiences, and pricing models by October 23, 2024, to assist in assessing the benefits of improved quality and efficiency in government contracts. For further inquiries, respondents may contact Joseph Hauser at Joseph.Hauser@dla.mil or Rebecca Gostkowski at Rebecca.Gostkowski@dla.mil.
    8910--Milk and Dairy Products
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking suppliers for Milk and Dairy Products to support the nutritional needs of its medical facilities, specifically the Franklin Delano Roosevelt Medical Center in Montrose, NY, and the Castle Point Medical Center in Wappingers Falls, NY. The procurement involves a Firm Fixed-Price Estimated Requirements contract, with no guaranteed quantities, and requires that all products meet strict government standards for freshness and quality, including delivery within 72 hours of pasteurization and a minimum shelf life of 7 days. Interested vendors must submit their responses by 11:00 AM on October 25, 2024, to the primary contact, Wilmen Joa, at Wilmen.Joa@va.gov, as part of the market research process to inform future procurement decisions.
    Pre-packaged meals for 1011th ENG Co
    Active
    Dept Of Defense
    The Department of Defense, through the USPFO Activity Puerto Rico, is seeking quotes from qualified small businesses for the provision of pre-packaged meals for the 1011th Engineering Company of the Army National Guard. The procurement involves delivering a total of 1,184 dinner and 1,184 breakfast meals at Camp Santiago, Salinas, Puerto Rico, from November 9 to November 17, 2024, with strict adherence to delivery times and food safety standards. This initiative underscores the importance of providing nutritious meals to military personnel while ensuring compliance with federal and local culinary regulations. Interested vendors must submit their quotes by the specified deadline and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award; inquiries can be directed to Contract Specialists Maria del Mar Ruiz and Argenies Gonzalez via their provided emails.
    Commercial Meals for Disaster Relief
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking suppliers for a Basic Ordering Agreement (BOA) to provide commercial shelf-stable meals for disaster relief efforts in support of FEMA. The procurement requires meals that are shelf-stable for 10-12 months at 70 degrees Fahrenheit, with specific nutritional standards including a minimum of 800 kcal and a maximum of 1460 kcal per meal, along with restrictions on fat and sodium content. This initiative is crucial for ensuring a reliable food supply chain during emergencies, emphasizing the importance of food safety and nutritional value for diverse populations, including children and seniors. Interested vendors should contact Robert Ferry at Robert.Ferry@dla.mil for proposal requirements and must submit their proposals via email, adhering to the outlined specifications and deadlines.
    Prepared Meals for Army National Guard Unit – I CO 40TH SB, (1ST 65TH INF)
    Active
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is seeking quotes from qualified small businesses for the provision of prepared meals for the I CO 40TH SB (1ST 65TH INF) at Camp Santiago in Salinas, Puerto Rico. The procurement involves delivering a total of 2,646 meals, including breakfast, lunch, and dinner, over a three-day period from October 25 to October 27, 2024, with strict adherence to food safety and health standards. This opportunity is crucial for ensuring that military personnel receive nutritious meals during training exercises, thereby supporting their operational readiness. Interested vendors must submit their quotes by October 18, 2025, and are required to be registered in the System for Award Management (SAM) with a valid Unique Entity Identifier (UEI) and CAGE code. For further inquiries, contact Argenies Gonzalez at argenies.e.gonzalezgarcia.mil@army.mil or Rolando Perez at rolando.perez.10@us.af.mil.
    NYARNG Notice of Intent to Sole Source for Slingload Trainers
    Active
    Dept Of Defense
    The Department of Defense, specifically the New York Army National Guard (NYARNG), intends to award a sole source contract for Slingload Training Blocks to Brandt Group Inc. This procurement is based on the determination that Brandt Group Inc is the only responsible source capable of providing these specialized training aids that meet the stringent specifications outlined by the US Army Natick Center. The contract will be a firm fixed price purchase order, and interested parties may submit their capability statements to the primary contact, Johanna Goman, at johanna.a.goman.civ@army.mil, within 7 calendar days of this notice. The anticipated costs related to this contract have been certified as fair and reasonable, with the approval of the Contracting Officer, Ashley Pace.