This document outlines a contract line item number (CLIN) structure and price submission for the removal of fats and bones at the Moffett Field Commissary. The service,
The document "Attachment 2 Delivery Address, FOB Point and Acceptance Location" outlines the standard delivery and acceptance instructions for procurements. It specifies that all items, across multiple CLINs (0001, 1001, 2001, 3001, 4001), are to be delivered to and accepted at the destination: MOFFETT FIELD COMMISSARY, located at North Akron Road, Bldg 12, Moffett Field, CA 94035, USA. The DoDAAC for this location is HQCKL2. The document consistently refers to the Statement of Work (SOW) for detailed acceptance and inspection criteria, emphasizing a uniform process for all listed items.
This document, an addendum to FAR clause 52.212-4, outlines key terms and conditions for government solicitations. It details that administrative modifications, such as payment address or accounting data changes, may be issued unilaterally by the government via the Electronic Document Access System (EDA) within the Procurement Integrated Enterprise Environment (PIEE). Contractors must register on the PIEE website to access these modifications. The deadline for submitting proposals is December 18, 2025, by 3:00 p.m. EST, and submissions must be emailed to Marcella Simmons and Robert French. Fax, hand-delivered, or mailed quotes will not be accepted, and proposals must remain valid for 90 calendar days. All future information, including amendments and cancellations, will be posted on SAM.gov, and interested parties are responsible for monitoring this site. Questions regarding the solicitation must be emailed to Marcella Simmons and Robert French by December 9, 2025, at 10:00 AM EST.
This document, "INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS FAR 52.212-1," outlines the requirements for submitting quotes for a government solicitation. Key instructions include completing electronic annual representations and certifications on SAM.gov, providing pricing in the specified spreadsheet, and submitting various DFARS clauses related to tax liability and felony convictions. Offerors must also provide a statement of certification regarding their understanding of the Statement of Work and their ability to handle waste materials in accordance with regulations. Past performance information, including three references from the past three years, is required and must be submitted directly by the references to the contracting office. The government mandates a minimum acceptance period of 90 calendar days for quotes. Evaluation factors for award are Technical Capability, Past Performance, and Price, assessed on an acceptable or unacceptable basis.
This government file outlines required provisions and clauses for offerors, primarily focusing on federal acquisition regulations and defense-specific requirements. Key provisions mandate the submission of completed forms covering areas such as the offeror's predecessor, telecommunications equipment representations, responsibility matters, tax liability, small business program representation, and place of manufacture. It also includes the Buy American—Balance of Payments Program Certificate. The document details installation access requirements, noting that contractors are responsible for associated costs. Furthermore, it specifies options for extending services and the contract term, outlines procedures for serving protests to the Defense Commissary Agency (DeCA), and incorporates various solicitation provisions and clauses by reference, directing offerors to acquisition.gov for full text. Finally, it provides detailed instructions for Wide Area Workflow (WAWF) payment, including routing data and helpdesk contact information.
The Defense Commissary Agency (DeCA) is conducting a Past Performance Survey for "Fats & Bones Removal" services at the Moffett Field, CA Commissary (HDEC05-20-P-0020). The survey aims to assess the performance of a company providing these services, covering aspects such as timeliness, missed pickups, notification and rescheduling procedures, cleanliness of the pickup area, invoicing accuracy, willingness to modify requirements, and overall satisfaction. The survey includes questions with "Acceptable/Unacceptable" or "Yes/No" options and requests written comments for additional details. Responses are to be returned via email to Marcella Simmons by a specified deadline, and the feedback will be used to evaluate the company's past performance for future contracting decisions.
This Defense Commissary Agency (DeCA) Statement of Work outlines contractor responsibilities for removing and disposing of supermarket animal by-products (fats and bones) and used rotisserie chicken oil. The contractor must provide all personnel, equipment, and services, complying with federal, state, and local regulations, including obtaining all necessary permits. The scope includes biweekly pickups from DeCA commissaries, ensuring sanitation, and providing temporary replacements for damaged equipment. The commissary is responsible for providing new fats and bones barrels and cleaning them, while the contractor provides and maintains the oil tanks. The contractor must also provide monthly reports detailing pickup locations, quantities, and any contaminated materials, with a focus on diverting materials from landfills. The contract has a one-year base period and four one-year option years.