12
SOLICITATION'COHTEACTIQRDER FOR COMMERCIAL ITEI{E oFFEfiOR fO CO{$ELEfiE BtOCr(s lZ,17,23, rl, & AO 2. CqrfihAtrTN0. spEso&r+D-Fr7$ FAGE 1 OF 12 20r,t sEP 26 trN RESTRIETE0 OR EIBEr ^$DE 100 ,iiF0ft IHtE tCQUfSInON t5 Slr tLBugHESS lltD:IOtlE sl!*Atl trrl[Ess $EEVIGE"qEABTED I,ETERA&OW!{ED SMATLEIJSINES EAEEll}olte E!&rqF lll*Iihn rrYltl sE MAOE BY' DEF FIH AI{DACCOIJI.JrINC sVC EIIM F O ESX lEzal7 coLtruEus 0r{ 43U16.2517 USA f*F-5'ffl$1'fl[X ] 17b, CHECI( U oFFEa S. ISSUED EY DIX IFf,OF SUFFAffl EIEECIEFAIE OF SUESISTEilCE ?tr+ RoBE[t#r avEt{JE PHILADRFHh PA TEII I.SO6 UE^ Lpd rt&ir lhim-Ime Trrr PSFIFAC Tc[ 2l+731+31,1 Fit 41ts737-1t16 Efi rt lt*Elr-lEAN0.lhanglx-a.MrL TtoN uHte6s Bloct{ tfi Irt Rt{Eo I rrrscnrun IS DEUVER,TO FEEgT}EEUI€ 178. CONTRACTOR/ COOE OHFEROH sEtrtH sR$s.,.tNc. DBA izI WHOLESALE tJ{ 'TYEST C0il.[llBlA SC 291 ?2+187 USA TELEP}IT}TIEHfl E{B70AS2IO -l UrtIil ENQI,VNED $l{AlI EUEIHESE L-J two$E) EUGTELE uHDm THE $ErdEH4wNEo SMAI.LBUSINESS PFOGRAM E EowcsE n ent U nro fJ re EJ srp tlAlCS;3l1$t SiZE STAII0ARD:500 IF NEM.I TANCE I$ T]IFFEEESIT ffitr FUT $UOTI ADT]FES€ ,0. IIEH NO- !4. AMOUilT Zfi. TOTAI- AWAED tlyl0uNT {ft. Govt s+5,000.000.00 lra BolrcrT*lortrtreof,ponATEs EvnEFEBET{cE Ftn satlr-r, Ee*+1. renrrtt&lr}to lrz:rr{ AnEATTAcHED, A9SE$SA n *u fl rRe xor ntrncxro. I7h 6OTfTF4ST/FUBTH4$E dRf,B 'fiCONFOf,/IIES EY BEFEFEI'ICE FAf, f,,2iz.,I. fAR 58312{ IS ATTAfr{EE, ADD4TI6A E] *e IanEHorernciro. ffi to. rw,rno OraoHTEasr: REF, {dns,&! IEI m- eournecroft, ts EE0IIIEE0 Yo srEH YHrs trocuMditr Ar.ro EEIUF]I , - COFIES T0 ts$UING OFFICE. C0I\ITEAGTtrR AGREE$ rO FUBNISH All0 - DELI\/ER,ALL ITEMS SEI OR OTHERWISE IDEII{TIFIEO ASOVE AI'ID Ofl AI{Y TI{ETEEHS TT,ID COI{DITIONS SFECIFIED fOR I.OCAI- REPftOOUCTION FREVIOT'S EOMON IS NOT USAELE DATEO sert{rrr$ . Y0{JROFFEhO,I$otEnAIoN (BLocKs), lNcu.6lfffi51ffi-tot'rs oR EHAIIGE$ rr\+[cH A.EE $EI FoRTH,' HEREIH IS Afl:C@IEo A$ To TTEMS: ftrf ArlGI, ETANDARD F0fitlt l4+S nelr. ?trou) ' FrcculDtdIEEA-rAR{,nCFE}$rrr t _t ITA, THIS EOTTTBACTISA FAIEF OEDER UNDER DPAE (15 GfB loo) ufi. ECHESI'I.E OF SI.{FFLIES/SEEVICES

f*F-5'ffl$1'fl[X - Defense Logistics Agency€¦ · food service officer and/or the authorized Government receiving official. 2. Paragraph (c), Changes, is deleted in its entirety

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

  • SOLICITATION'COHTEACTIQRDER FOR COMMERCIAL ITEI{EoFFEfiOR fO CO{$ELEfiE BtOCr(s lZ,17,23, rl, & AO

    2. CqrfihAtrTN0.

    spEso&r+D-Fr7$

    FAGE 1 OF 12

    20r,t sEP 26

    trN RESTRIETE0 OR EIBEr ^$DE100 ,iiF0ftIHtE tCQUfSInON t5

    Slr tLBugHESS

    lltD:IOtlE sl!*Atltrrl[Ess$EEVIGE"qEABTEDI,ETERA&OW!{EDSMATLEIJSINES

    EAEEll}olteE!&rqF lll*Iihn

    rrYltl sE MAOE BY'

    DEF FIH AI{DACCOIJI.JrINC sVCEIIMF O ESX lEzal7coLtruEus 0r{ 43U16.2517USA

    f*F-5'ffl$1'fl[X ]

    17b, CHECI(

    U oFFEa

    S. ISSUED EY

    DIX IFf,OF SUFFAfflEIEECIEFAIE OF SUESISTEilCE?tr+ RoBE[t#r avEt{JEPHILADRFHh PA TEII I.SO6UE^Lpd rt&ir lhim-Ime Trrr PSFIFAC Tc[ 2l+731+31,1 Fit 41ts737-1t16Efi rt lt*Elr-lEAN0.lhanglx-a.MrL

    TtoN uHte6s Bloct{ tfiIrt Rt{Eo

    I rrrscnrunIS DEUVER,TO

    FEEgT}EEUI€

    178. CONTRACTOR/ COOEOHFEROH

    sEtrtH sR$s.,.tNc. DBAizI WHOLESALE tJ{'TYEST C0il.[llBlA SC 291 ?2+187USA

    TELEP}IT}TIEHfl E{B70AS2IO

    -l UrtIil ENQI,VNED $l{AlI EUEIHESEL-J two$E) EUGTELE uHDm THE $ErdEH4wNEoSMAI.LBUSINESS PFOGRAM

    E EowcsEn ent

    U nro fJ re EJ srp

    tlAlCS;3l1$t

    SiZE STAII0ARD:500

    IF NEM.I TANCE I$ T]IFFEEESIT ffitr FUT $UOTI ADT]FES€

    ,0.IIEH NO-

    !4.AMOUilT

    Zfi. TOTAI- AWAED tlyl0uNT {ft. Govts+5,000.000.00

    lra BolrcrT*lortrtreof,ponATEs EvnEFEBET{cE Ftn satlr-r, Ee*+1. renrrtt&lr}to lrz:rr{ AnEATTAcHED, A9SE$SA n *u fl rRe xor ntrncxro.I7h 6OTfTF4ST/FUBTH4$E dRf,B

    'fiCONFOf,/IIES EY BEFEFEI'ICE FAf, f,,2iz.,I. fAR 58312{ IS ATTAfr{EE, ADD4TI6A E] *e IanEHorernciro.

    ffi to. rw,rno OraoHTEasr: REF, {dns,&!IEI m- eournecroft, ts EE0IIIEE0 Yo srEH YHrs trocuMditr Ar.ro EEIUF]I ,- COFIES T0 ts$UING OFFICE. C0I\ITEAGTtrR AGREE$ rO FUBNISH All0

    -DELI\/ER,ALL ITEMS SEI OR OTHERWISE IDEII{TIFIEO ASOVE AI'ID Ofl AI{YTI{ETEEHS TT,ID COI{DITIONS SFECIFIED

    fOR I.OCAI- REPftOOUCTIONFREVIOT'S EOMON IS NOT USAELE

    DATEO sert{rrr$ . Y0{JROFFEhO,I$otEnAIoN (BLocKs),lNcu.6lfffi51ffi-tot'rs oR EHAIIGE$ rr\+[cH A.EE $EI FoRTH,'HEREIH IS Afl:C@IEo A$ To TTEMS:

    ftrf ArlGI,

    ETANDARD F0fitlt l4+S nelr. ?trou)' FrcculDtdIEEA-rAR{,nCFE}$rrr

    t

    _t

    ITA, THIS EOTTTBACTISAFAIEF OEDER UNDERDPAE (15 GfB loo)

    ufi.ECHESI'I.E OF SI.{FFLIES/SEEVICES

  • 32a. QUANTITY IN COLUMN 21 HAS BEEN

    ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:RECEIVED INSPECTED

    COMPLETE PARTIAL FINAL

    STANDARD FORM 1449 (REV. 2/2012) BACK

    36. PAYMENT

    PARTIAL FINAL

    19. ITEM NO.

    20. SCHEDULE OF SUPPLIES/SERVICES

    21. QUANTITY

    22. UNIT

    23. UNIT PRICE

    24. AMOUNT

    32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

    33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT FOR

    37. CHECK NUMBER

    38. S/R ACCOUNT NO. 39. S/R VOUCHER NUMBER 40. PAID BY

    42a. RECEIVED BY (Print)

    41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE

    42b. RECEIVED AT (Location)

    42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

    41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT

  • CONTINUED ON NEXT PAGE

    PAGE 3 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • CONTINUED ON NEXT PAGE

    Form SOLICITATION/CONTRACT FORM The terms and conditions set forth in solicitation SPE300-14-R-0041 are incorporated into subject contract. The following documents are incorporated into the subject contract. Solicitation SPE300-14-R-0041 dated May 13, 2015 and all amendments issued there under as follows: Amendment 0001, dated May 6, 2015 PERFORMANCE PERIOD: Effective Period of the Contract:

    Base Period – August 21, 2015 through February 20, 2017 Option Period 1 – February 21, 2017 through August 20, 2018 Option Period 2 – August 21, 2018 through February 20, 2020 Ordering commences on October 11, 2015

    ESTIMATED DOLLAR VALUE/GUARANTEED MINIMUM/MAXIMUM The following chart includes the 18 month estimated dollar value and the 4.5 year estimated dollar value, along with the guaranteed 10% minimum and 200% maximum. The guaranteed minimum and maximum, although based on estimates, are a firm dollar amount calculated as a percentage of the estimated dollar value; the minimum contract dollar value below constitutes the Government’s legal ordering obligation under the contract. The maximum contract dollar value is the legal limit of dollars that can be obligated against this contract.

    SOUTH CAROLINA

    18- Month Estimate (Base Year)

    4.5 Year Estimate (Total incl. Options)

    10% MIN (Base Year)

    200% MAX (4.5 Years)

    Troops

    $5,833,333.00

    $17,500,000.00

    $583,333.33

    $35,000,000.00

    The total minimum contract dollar value is $583,333.33 The maximum contract dollar value is $35,000,000.00

    START-UP PERIOD The Contractor’s startup period will take place prior to the first order. The Contractor shall submit a proposed implementation schedule to the Contracting Officer within fifteen (15) days after award highlighting the steps that will be taken to implement a fully functional distribution account, including all EDI transactions for all customers covered by this solicitation. An additional thirty (30) days will be granted for actual implementation. No more than forty-five (45) days after award will be permitted for each contractor to have fully functional distribution accounts in place for all customers.

    ORDERING CATALOGS

    The following are part of Senn Brothers’ offer and are hereby incorporated as part of subject contract:

    PAGE 4 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • CONTINUED ON NEXT PAGE

    Offered delivered price to be utilized for first week of ordering. The Pricing Proposal spreadsheet submitted on July 23, 2015 is

    attached.

    SUPPLIES OF SERVICES AND PRICES

    ITEMS: Full-Line Fresh Fruit and Vegetables

    CUSTOMERS: DoD Customers in the South Carolina Zone, listed in Attachment 1 of this document.

    FOB TERMS: FOB Destination for all items.

    CATALOG #: DoD customers will order under SPE300-15-D-P278, Senn Brothers will invoice in accordance with the customer’s orders.

    All catalog pricing is valid from Sunday thru Saturday. Catalog updates must be received no later than 12:00 P.M. EST the preceding Wednesday.

    All pricing will be firm at time of order.

    Senn Brothers will not invoke any additional charges for emergency orders (defined as an order that is placed for same day delivery).

    DELIVERIES AND PERFORMANCE

    The following are the designated plant locations for the performance of this contract for all contract line items:

    Place of Performance

    Senn Brothers Produce 327 Wholesale Lane West Columbus, SC 29178

    Limehouse Produce 4791 Trade Street

    P.O. Box 41370 North Charleston, SC 29418

    ATTACHMENTS

    ATTACHMENT 1: Point of Contact Information for DoD customers South Carolina Zone. ATTACHMENT 2: Schedule of Items, first week’s pricing.

    CLAUSES The following Clauses and are included in this contract:

    PAGE 5 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • CONTINUED ON NEXT PAGE

    Note: 52.212-4, Contract Terms and Conditions—Commercial Items (May 2015) is incorporated in this solicitation by reference. Its full text may be accessed electronically at https://www.acquisition.gov/far/index.html. Addendum to 52.212-4: The following paragraph(s) of 52.212-4 are amended as indicated below: 1. Paragraph (a), Inspection/Acceptance, is revised to add the following:

    “Inspection and acceptance of products will be performed at destination. The authorized Government receiving official for each customer is responsible for signing for and accepting products when they are delivered. The final disposition decision rests with the food service officer and/or the authorized Government receiving official.

    2. Paragraph (c), Changes, is deleted in its entirety and replaced with the following: (c) Changes. (1) In addition to bilateral changes, the Contracting Officer, at his/her discretion, may unilaterally invoke any of the contingency

    options set forth in this contract. (2) The Contracting Officer may at any time, by unilateral written order, make changes within the general scope of this contract in

    any one or more of the following: (i) Method of shipment or packing; (ii) Place, manner, or time of delivery.

    If such change causes an increase or decrease in the cost of, or time required for, performance for any part of the work under this contract, the Contracting Officer shall make equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract. The Contractor must assert its right to an adjustment under this clause within thirty (30) days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. Failure to agree to any adjustment shall be a dispute under the Disputes Clause. However, nothing in this clause shall excuse the Contractor from proceeding with the contract. 3. Paragraph (m), Termination for Cause.

    Delete paragraph (m) in its entirety and substitute the following: (m) Termination for Cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default

    by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If this contract is terminated in whole or in part for cause, and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and the Government expressly agree that, in addition to any excess costs of repurchase, or any other damages resulting from such default, the Contractor shall pay, and the Government shall accept, the sum of $1350.00 as payment in full for the administrative costs of such repurchase. This assessment of damages for administrative costs shall apply for any termination for cause following which the Government repurchases the terminated supplies or services together with any incidental or consequential damages incurred because of the termination. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

    4. Paragraph (r) Compliance with laws unique to Government contracts. Is revised to include the following: (r)The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; Section 1553 of the American Recovery and Reinvestment Act of 2009 relating to whistleblower protections for contracts funded under that Act; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. 5. Paragraph (t), System for Award Management. Add the following paragraph: (a) Definitions. “System for Award Management (SAM) database” means the primary Government repository for contractor information required for the conduct of business with the Government. “Commercial and Government Entity (CAGE) Code” means—

    PAGE 6 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • CONTINUED ON NEXT PAGE

    (1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an “NCAGE code”. “Data Universal Number System (DUNS) Number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. “Data Universal Numbering System +4 (DUNS+4) Number” means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11 of the Federal Acquisition Regulation) for the same parent concern. “Registered in the System for Award Management database” means that— (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, and Contractor and Government Entity (CAGE) code into the SAM database; (2) The contractor has completed the Core Data, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service. The Contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and (4) The Government has marked the record “Active”.

    52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015)

    (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

    (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)

    (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

    (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).

    (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

    [Contracting Officer check as appropriate.]

    _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

    __X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).

    ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).

    _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

    ___ (5) [Reserved]

    ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).

    ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).

    PAGE 7 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • CONTINUED ON NEXT PAGE

    _X__ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).

    __X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).

    ___ (10) [Reserved]

    ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).

    ___ (ii) Alternate I (Nov 2011) of 52.219-3.

    ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).

    ___ (ii) Alternate I (Jan 2011) of 52.219-4.

    ___ (13) [Reserved]

    _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).

    __X_ (ii) Alternate I (Nov 2011).

    ___ (iii) Alternate II (Nov 2011).

    ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

    ___ (ii) Alternate I (Oct 1995) of 52.219-7.

    ___ (iii) Alternate II (Mar 2004) of 52.219-7.

    _X__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)).

    ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)).

    ___ (ii) Alternate I (Oct 2001) of 52.219-9.

    ___ (iii) Alternate II (Oct 2001) of 52.219-9.

    ___ (iv) Alternate III (Oct 2014) of 52.219-9.

    ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

    _X__ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).

    ___ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

    ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).

    ___ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).

    ___ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).

    PAGE 8 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • CONTINUED ON NEXT PAGE

    ___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).

    __X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

    __X_ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).

    __X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

    __X_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).

    _X__ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).

    __X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

    _X__ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).

    _X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

    ___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

    ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).

    __X_ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

    ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

    ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

    ___ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514

    ___ (ii) Alternate I (Jun 2014) of 52.223-13.

    ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).

    ___ (ii) Alternate I (Jun 2014) of 52.223-14.

    ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).

    ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514).

    ___ (ii) Alternate I (Jun 2014) of 52.223-16.

    _X__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).

    ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).

    ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).

    PAGE 9 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • CONTINUED ON NEXT PAGE

    ___ (ii) Alternate I (May 2014) of 52.225-3.

    ___ (iii) Alternate II (May 2014) of 52.225-3.

    ___ (iv) Alternate III (May 2014) of 52.225-3.

    ___ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

    __X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

    ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

    ___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

    ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

    ___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).

    ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

    __X_ (50) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013) (31 U.S.C. 3332).

    ___ (51) 52.232-34, Payment by Electronic Funds Transfer—Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).

    ___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).

    ___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

    ___ (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).

    ___ (ii) Alternate I (Apr 2003) of 52.247-64.

    (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:

    [Contracting Officer check as appropriate.]

    ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)

    ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).

    ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

    ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).

    ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

    PAGE 10 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • CONTINUED ON NEXT PAGE

    ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).

    ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).

    ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).

    ___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).

    ___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).

    (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.

    (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

    (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

    (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

    (e)

    (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—

    (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).

    (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

    (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.

    (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

    (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).

    (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).

    (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

    (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).

    PAGE 11 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

  • (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

    (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

    (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

    ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).

    (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

    (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)

    (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013).

    (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).

    (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

    (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

    (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

    (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

    (End of Clause)

    Part 12 Clauses 52.247-9034 POINT OF CONTACT FOR TRANSPORTATION INSTRUCTIONS (JUN 2013) DLAD Attachments List of Attachments Description File Name ATTACH.Attachment 2 Attachment 2 -

    Schedule ATTACH.Attachment 1 Attachment 1 - Point of

    C ATTACH.Signed Page Signed Page.pdf

    PAGE 12 OF 12 PAGESCONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED:SPE300-15-D-P278

    Word Bookmarks1OLE_LINK1OLE_LINK2P2017_291663P2116_30355523

    Sheet1

    Attachment 1 Schedule of Items SPE300-14-R-0041

    Vendor Name & Cage Code: Senn Brothers Produce 9P312

    DO NOT TOUCH THE SHADED FIELDS!!! ONLY FILL IN WHITE FIELDS!! BID ON ALL ITEMS!!! SAVE TO A CD!!

    IF YOU ARE REQUESTED TO SUBMIT AN INVOICE, PLEASE LABEL INVOICES WITH GOV'T ITEM # NEXT TO ITEM

    GOV'TAVG GovStockGov't ItemESTUnit ofDelivered PricingBase Term DistributionUnitTotal DeliveredTotal (DIP)Total Evaluated

    Item #Cs WtNumberDescriptionqtyIssueIncluding Freight(DIP) PricePricePrice (DEP)PricePrice

    140891501E210284APPLES, FRESH, RED DEL, USF, 88 CT, 1/40 LB CS483CS$0.00$0.00$0.00$0.00

    240891501E210001APPLES, FRESH, RED, MIN USF, 100 CT, 1/40 LB CS1438CS$0.00$0.00$0.00$0.00

    340891501E212446APPLES, GALA, FRESH, XFANCY, 113 CT, 1/40 LB CS121CS$0.00$0.00$0.00$0.00

    440891501E210697APPLES, GOLD DEL, FRESH, 125 CT, 1/40 LB CS1037CS$0.00$0.00$0.00$0.00

    540891501E210280APPLES, GOLD DEL, FRESH, USF, 88 CT, 1/40 LB CS536CS$0.00$0.00$0.00$0.00

    640891501E210282APPLES, GRANNY SMITH, FRESH, MIN USF, 88 CT, 1/40 LB CS1075CS$0.00$0.00$0.00$0.00

    711891501E212189ASPARAGUS, FRESH, STANDARD/LG, US#1, 1/11 LB CS55CS$0.00$0.00$0.00$0.00

    824891501E210649AVOCADOS, FRESH, 48 SZ, 1/24 LB CS48CS$0.00$0.00$0.00$0.00

    940891501E210016BANANAS, FRESH, GREENISH-YELLOW, #4, 1/40 LB CS1850CS$0.00$0.00$0.00$0.00

    1010891501E210458BANANAS, FRESH, YELLOW, #4, 1/10 LB CS291CS$0.00$0.00$0.00$0.00

    1140891501E210290BANANAS, FRESH, YELLOWISH-GREEN, #3, 1/40 LB CS1743CS$0.00$0.00$0.00$0.00

    1210891501E214140BLUEBERRIES, FRESH, 12/1 PT CO, 10 LB CASE64CS$0.00$0.00$0.00$0.00

    1312891501E210021BROCCOLI FLORETS, CHL, US#1, 4/3 LB BG1493CS$0.00$0.00$0.00$0.00

    1420891501E212539BROCCOLI, FRESH, USF, 14 CT, 1/20 LB CS594CS$0.00$0.00$0.00$0.00

    1520891501E210301CABBAGE, CHL, GREEN, SHRD, US#1, 1/20 LB CS56CS$0.00$0.00$0.00$0.00

    1650891501E210300CABBAGE, FRESH, GREEN, US#1, 1/50 LB CS1710CS$0.00$0.00$0.00$0.00

    1740891501E212163CANTALOUPE, FRESH, 12-15 CT, 1/40 LB CS1801CS$0.00$0.00$0.00$0.00

    1830891501E212954CARROTS, CHL, BABY, WHL, PEELED, 30/1 LB BG309CS$0.00$0.00$0.00$0.00

    195891501E212130CARROTS, CHL, STICKS, 4", 1/5 LB CS1154CS$0.00$0.00$0.00$0.00

    2025891501E210054CARROTS, FRESH, WHL, TOPPED, JUMBO, US#1, 1/25 LB CS277CS$0.00$0.00$0.00$0.00

    2150891501E210311CARROTS, FRESH, WHL, TOPPED, JUMBO, US#1, 1/50 LB CS630CS$0.00$0.00$0.00$0.00

    2212891501E210056CAULIFLORETS, CHL, US#1, 4/3 LB BG1093CS$0.00$0.00$0.00$0.00

    2320891501E210055CAULIFLOWER, FRESH, US#1, IW, 12 CT, 1/20 LB CS294CS$0.00$0.00$0.00$0.00

    245891501E210064CELERY, CHL, STICKS, US#1, 1/5 LB CS845CS$0.00$0.00$0.00$0.00

    2550891501E210314CELERY, FRESH, PASCAL, US#1, 24-36 CT, BULK, 1/50 LB CS1133CS$0.00$0.00$0.00$0.00

    264891501E210539CILANTRO, FRESH, ICELESS, 4/1 LB PG145CS$0.00$0.00$0.00$0.00

    2710891501E210076CUCUMBERS, FRESH, SUPER SEL, US#1, 1/10 LB CS464CS$0.00$0.00$0.00$0.00

    2850891501E210476CUCUMBERS, FRESH, SUPER SEL, US#1, 1/50 LB CS2115CS$0.00$0.00$0.00$0.00

    2925891501E210078EGGPLANT, FRESH, US#1, 1/25 LB CS180CS$0.00$0.00$0.00$0.00

    3040891501E212420GRAPEFRUIT, FRESH, PINK/RED, USF, 32 CT, 1/40 LB CS1309CS$0.00$0.00$0.00$0.00

    3118891501E212029GRAPES, FRESH, RED, SDLS, US#1 TABLE, 1/18 LB CS1942CS$0.00$0.00$0.00$0.00

    3218891501E210334GRAPES, FRESH, WHITE, SDLS, US#1 TABLE, 1/18 LB CS1015CS$0.00$0.00$0.00$0.00

    3320891501E210099GREENS, KALE, FRESH, US#1, 1/20 LB CS932CS$0.00$0.00$0.00$0.00

    3425891501E210355HONEYDEW MELON, FRESH, US#1, 6 CT, 1/25 LB CS1849CS$0.00$0.00$0.00$0.00

    3510891501E212658KIWIFRUIT, FRESH, 36-39 CT, 1/10 LB CS342CS$0.00$0.00$0.00$0.00

    3640891501E212882LEMONS, FRESH, 165 CT, 1/40 LB CASE641CS$0.00$0.00$0.00$0.00

    3720891501E210914LETTUCE, CHL, ICEBERG, SHRD, 1/8", 4/5 LB PG312CS$0.00$0.00$0.00$0.00

    3840891501E210123LETTUCE, FRESH, ICEBERG, US#1, IW, 1/40 LB CS1420CS$0.00$0.00$0.00$0.00

    3920891501E212133LETTUCE, FRESH, LEAF, RED, 24 CT, 1/20 LB CS1002CS$0.00$0.00$0.00$0.00

    4035891501E212730LETTUCE, FRESH, ROMAINE, 24 CT, 1/35 LB CS1299CS$0.00$0.00$0.00$0.00

    4110891501E214108LETTUCE, SHREDDED, CHL, 2/5 LB BAGS, 10 LB CASE90CS$0.00$0.00$0.00$0.00

    4210891501E214074LIMES, FRESH, 48/54 CT, 10 LB CS55CS$0.00$0.00$0.00$0.00

    4340891501E212350LIMES, FRESH, US#1, 150 CT, 1/40 LB CS50CS$0.00$0.00$0.00$0.00

    4410891501E210352MANGOES, FRESH, 10 CT, 1/10 LB CS199CS$0.00$0.00$0.00$0.00

    4510891501E210928MUSHROOMS, FRESH, MED, 1/10 LB CS1449CS$0.00$0.00$0.00$0.00

    465891501E210360ONIONS, CHL, DICED, 1/5 LB CO205CS$0.00$0.00$0.00$0.00

    475891501E210435ONIONS, CHL, SL, 1/5 LB CO200CS$0.00$0.00$0.00$0.00

    488891501E210808ONIONS, GREEN, FRESH, ICELESS, 1/8 LB CS515CS$0.00$0.00$0.00$0.00

    4925891501E210365ONIONS, RED, DRY, US#1, 1/25 LB CS677CS$0.00$0.00$0.00$0.00

    5025891501E210155ONIONS, YELLOW, DRY, 2" RD, US#1, 1/25 LB CS343CS$0.00$0.00$0.00$0.00

    5150891501E212316ONIONS, YELLOW, DRY, JUMBO, 3" MIN RD, US#1, 1/50 LB CS2177CS$0.00$0.00$0.00$0.00

    5240891501E210889ORANGES, FRESH, 88 CT, 1/40 LB CS1694CS$0.00$0.00$0.00$0.00

    5340891501E210167ORANGES, FRESH, ANY, NO TEMPLE, US#1, 113 CT, 1/40 LB CS885CS$0.00$0.00$0.00$0.00

    5410891501E210173PAPAYA, FRESH, HAWAII #1, 8-13 CT, 1/10 LB CS34CS$0.00$0.00$0.00$0.00

    5520891501E213894PARSLEY, CURLEY LEAF, FRESH, 60 CT, 20 LB CASE490CS$0.00$0.00$0.00$0.00

    5625891501E212978PEACHES, FRESH, 60 SERIES, US#1, 1/25 LB CS130CS$0.00$0.00$0.00$0.00

    5740891501E212718PEARS, FRESH, 1/40 LB CS756CS$0.00$0.00$0.00$0.00

    5836891501E210183PEARS, FRESH, BART/ANJOU, US#1, 110 CT, 1/36 LB CS324CS$0.00$0.00$0.00$0.00

    5910891501E213931PEPPERS, SWT, CHL, GREEN, DICED, 4/2.5 LB PG115CS$0.00$0.00$0.00$0.00

    6025891501E210381PEPPERS, SWT, FRESH, GREEN, 3" RD, US#1, 1/25 LB CS2501CS$0.00$0.00$0.00$0.00

    6125891501E210382PEPPERS, SWT, FRESH, RED, US#1, 1/25 LB CS850CS$0.00$0.00$0.00$0.00

    6215891501E210204PINEAPPLE, FRESH, USF/#1, 10-12 SZ, 1/15 LB CS292CS$0.00$0.00$0.00$0.00

    6325891501E212723PLUMS, FRESH, 60-80 CT, 1/25 LB CS260CS$0.00$0.00$0.00$0.00

    6450891501E210391POTATOES, BAKING, FRESH, US#1, 70 CT, 1/50 LB CS304CS$0.00$0.00$0.00$0.00

    6550891501E210232POTATOES, BAKING, FRESH, US#1, 90 CT, 1/50 LB CS743CS$0.00$0.00$0.00$0.00

    6650891501E212881POTATOES, CHEFS WHITE, FRESH, 1/50 LB CASE199CS$0.00$0.00$0.00$0.00

    6750891501E210394POTATOES, RED, FRESH, BLISS, US#1, 1/50 LB CS192CS$0.00$0.00$0.00$0.00

    6840891501E212790POTATOES, SWEET, FRESH, 1/40 LB CS466CS$0.00$0.00$0.00$0.00

    6920891501E210235POTATOES, WHITE, CHL, PEELED, WHL, US#1, 1/20 LB CS542CS$0.00$0.00$0.00$0.00

    7014891501E212395RADISHES, FRESH, RED, TOPPED, US#1, 14/1 LB PG290CS$0.00$0.00$0.00$0.00

    713891501E211259SALAD MIX, CHL, SPRING MIX, 1/3 LB CS116CS$0.00$0.00$0.00$0.00

    7220891501E210248SALAD MIX, CHL, TOSSED, W/SHRD LETTUCE, CARROTS, & CABBAGE, 4/5 LB BG2370CS$0.00$0.00$0.00$0.00

    7310891501E210707SPINACH, FRESH, LEAF, US#1, 4/2.5 LB BGS2375CS$0.00$0.00$0.00$0.00

    7420891501E210410SQUASH, FRESH, GREEN, ZUCCHINI, US#1, 1/20 LB CS945CS$0.00$0.00$0.00$0.00

    7520891501E212662SQUASH, FRESH, YELLOW, 1/20 LB CS527CS$0.00$0.00$0.00$0.00

    768891501E212451STRAWBERRIES, FRESH, US#1, CLAMSHELL CO, 8/1 LB CO1572CS$0.00$0.00$0.00$0.00

    7710891501E212227TOMATOES, CHERRY, FRESH, US#1, 1/10 LB CS1338CS$0.00$0.00$0.00$0.00

    7825891501E212519TOMATOES, FRESH, LG, 6X6, US#1, 1/25 LB CS2965CS$0.00$0.00$0.00$0.00

    7912891501E212127TOMATOES, GRAPE, FRESH, 12/1 PT CO565CS$0.00$0.00$0.00$0.00

    8060891501E212311WATERMELON, FRESH, 4-6 CT, 1/60 LB CS495CS$0.00$0.00$0.00$0.00

    65,392Base Term Evaluation TotalLeave This Cell Blank$0.00$0.00$0.00

    Option DIP

    Option 1 Evaluation$0.00$0.00$0.00

    Option 2 Evaluation$0.00$0.00$0.00

    Total Evaluation Including Options$0.00$0.00$0.00

    Sheet3

    POC's

    Name AddressAddress 2City StateZipPOCPhoneEmailDelivery DaysDelivery Times

    Ft. Jacksonsee tab 2SC29207Vanessa Witherspoon803-751-4129vanessa.l.witherspoon.civ@mail.milTue-Thr-Sat0600-1000

    Vernon [email protected]

    Ft. Jackson Moncrief Army Comm. Hospital4500 Stuart AveFt JacksonSC29207Felicia [email protected]

    McEntire ANG1325 South Carolina RdEastoverSC29044Debrah [email protected]

    TSgt Janet [email protected]

    SSgt Alexandra [email protected]

    FISC Jax/Charleston DetachmentJB Charleston307 N Grave AveCharlestonSC29404A1C Christopher [email protected] needed0600-1000

    A1C Matthew [email protected]

    Naval Weapons Station Joint Base Galley2402 Refueling RdGoose CreekSC29445CS1 Terrance [email protected]

    CS1 Alicia [email protected]

    Naval Consolidated Brig Charleston1050 Redmount RdCharlestonSC29406CS2 Danyel [email protected]

    Charleston AFB CDC 101 Refueling RdGoose CreekSC29445Hawanatu Ravenel843-743-0306hawanatu.ravenel@charleston.af.milMon-Wed-Fri0600-0900

    Charleston AFB Youth ProgramFloyd Whitfield843-963-5684floyd.whitfield@charleston.af.milMon-Wed-Fri0600-0900

    Naval Weapons Station Youth CenterBuilding 31071050 Remount RdNorth CharlestonSC29406Geraldine Williams843-764-7809geraldine.williams@charleston.af.milMon-Wed-Fri0600-0900

    Bobbie [email protected]

    Naval Weapons Station CDCBuilding 19932451 North O'Neal RdCharleston AFBSC29404Willie Jackson843-764-7408willie.jackson@charleston.af.milMon-Wed-Fri0600-0900

    Deborah [email protected]

    Charleston AFB Gaylor Dining FacilityBuilding 7882316 Redbank RdGoose CreekSC29445Jacob [email protected]

    Doneisha Porter843-963-3591doneisha.porter@us.af.milMon-Wed-FriMon-Wed-Fri

    Charleston AFB Flight Feeding107 Bates RdCharleston AFBSC29406SSgt Miranda Trivett843-963-3108miranda.trivett@us.af.milMon-Wed-FriMon-Wed-Fri

    Various USCG Ships1050 Register StNorth Charleston SC29405As needed0800-1000

    Various NOAA Ships1050 Register StNorth Charleston SC29405As needed0800-1000

    Various Navy Ships1050 Register StNorth Charleston SC29405As needed0800-1000

    Shaw AFB CDCBuilding 2446320 Laurel StreetShaw AFBSC29152Connie [email protected]

    Shaw AFB Youth Center322 Laurel StreetShaw AFBSC29152Connie [email protected]

    Shaw AFB Emerson William Dining FacilityBuilding 417417 Polifka StShaw AFBSC29152TSgt Savarese803-895-9795joseph.savarese@us.af.milMon-Wed-Fri0060-0900

    Afterburner Grill - Shaw AFBBuilding 1518582 Killion AveShaw AFBSC29152TSgt Matthew Franklin803-895-9795matthew.franklin.1@us.af.milMon-Wed-Fri0060-0900

    Beaufort Naval Hospital1 Pinckney BlvdBeaufortSC29902CS1 Jeremy Dunaway843-228-5335jeremy.dunaway@med.navy.milMon-Wed-Fri0060-0900

    Alice [email protected]

    Parris Island Bldg 295600 Pamama StParris IslandSC29905Stephanie [email protected]

    See Tab 3

    Marine Corp Air Station, Beaufort442 Edding StBeaufortSC29904Stephanie [email protected]

    FT. JAX

    FACILITYDELIVERY ADDRESSDoDAACDelivery DaysDelivery Times

    1/13th Infantry Battalion Dining FacilityBldg 11-500 Iverson Road, Fort Jackson, SC 29207113INFTue-Thr-Sat0600-1000

    1/34th Infantry Battalion Dining FacilityBldg 5500 Pickens St. Fort Jackson, SC 29207134INFTue-Thr-Sat0600-1000

    1/61st Infantry Battalion Dining FacilityBldg 11-900 Golden Arrow Road, Fort Jackson, SC 29207161INFTue-Thr-Sat0600-1000

    120th Adjutant General Dining FacilityBldg 1875 Ewell Street, Fort Jackson, SC 29207AGDFACTue-Thr-Sat0600-1000

    Reception Battalion1875 Ewell Road, Fort Jacison, SC 29207RECBN1Tue-Thr-Sat0600-1000

    2/13th Infantry Battalion Dining FacilityBldg 4270 Sumter Street, Fort Jackson, SC 29207213INFTue-Thr-Sat0600-1000

    2/39th Infantry Battalion Dining FacilityBldg 10-401 Hampton Parkway, Fort Jackson, SC 29207239INFTue-Thr-Sat0600-1000

    2/60th Infantry Battalion Dining FacilityBldg 11-128 Iverson Street, Fort Jackson, SC 29207260INFTue-Thr-Sat0600-1000

    3/34th Infantry Battalion Dining FacilityBldg 10-791 Winder Street, Fort Jackson, SC 29207334INFTue-Thr-Sat0600-1000

    369th Adjutant General Dining FacilityBldg 4210 Sumter Street, Fort Jackson, SC 29207369AGBTue-Thr-Sat0600-1000

    US Army Drill Sergeant School DFACBldg 9572 Marion Avenue, Fort Jackson, SC 29207USADSSTue-Thr-Sat0600-1000

    TISA WarehouseBldg 2601 Washington Road, Fort Jackson, SC 29207Tue-Thr-Sat0600-1000

    FT. Jackson Food Service WarehouseBldg 2580 Warehouse Row, Fort Jackson, SC 29207Tue-Thr-Sat0600-1000

    QUAD #54545455 Manifault St., Fort Jackson, SC 29207QUAD01Tue-Thr-Sat0600-1000

    QUAD #54555454 Manigault St., Fort Jackson, SC 29207QUAD02Tue-Thr-Sat0600-1000

    PI

    DODAACFACILITYShip to Address 1Ship to Address 2CityStateZipDelivery DaysDelivery Times

    MW0740Weapons Battalion Mess Hall #740740740 Wake Blvd.MCRDParris IslandSC29905Mon-Wed-Fri0500-0700

    MW06002nd Battalion Messhall #600600600 Panama StreetMCRDParris IslandSC29905Mon-Wed-Fri0500-0700

    MW05901st Battalion Messhall #590590590 Guantanamo StreetMCRDParris IslandSC29905Mon-Wed-Fri0500-0700

    MW09264th Battalion Messhall #926926926 New Britain StreetMCRDParris IslandSC29905Mon-Wed-Fri0500-0700

    MW04103rd Battalion Messhall #410410410 Atzugi StreetMCRDParris IslandSC29905Mon-Wed-Fri0500-0700

    MW0149H&S Battalion Messhall #149149149 Corrigidor StreetMCRDParris IslandSC29905Mon-Wed-Fri0500-0700

    M0026ADepot Food SerevicesBLDG 295600 Panama StreetMCRDParris IslandSC29905Mon-Wed-Fri0500-0700

    M00273Parris Island Field MessParris IslandSC29905

    Sheet1