Upload
vanphuc
View
216
Download
0
Embed Size (px)
Citation preview
REQUEST FOR PROPOSAL (RFP) | RFP Number: 19-071-C
TO ESTABLISH CONTRACT(S) FOR THE PROCUREMENT OF FOOD ITEMS FOR ALL
THE AGENCIES, PUBLIC CORPORATIONS AND MUNICIPALITIES OF THE
GOVERNMENT OF PUERTO RICO
Date Initial RFP Issued: November 29, 2018, (Amendment April 26th, 2019)
Proposals Due Date: May 20th, 2019 at 1:00 p.m. AST
Contact Person: Iris Y. Rivera Sha, Bid Board Secretary
Issued By: Administración de Servicios Generales (ASG)
Request for Proposals for Food Supplies RFP # 19-071-C
i
Table of Contents
1.0 Introduction ............................................................................................................................ 1
1.1 Definitions/Acronyms................................................................................................... 1
1.2 Background ................................................................................................................... 2
1.3 The Puerto Rico General Services Administration ....................................................... 2
1.4 Contract Term ............................................................................................................... 2
1.5 RFP Timeline ................................................................................................................ 3
1.6 Requests for Clarification (RFCs) ................................................................................ 3
1.6.1 Requests for Clarification ................................................................................. 3
1.6.2 Pre-Bid Conference ........................................................................................... 4
1.7 Proposal Submission ..................................................................................................... 4
1.8 Register at “Registro Único de Licitadores (RUL)” ..................................................... 5
1.9 Proposer Signatures ...................................................................................................... 5
2.0 Scope ...................................................................................................................................... 5
2.1 Pricing ........................................................................................................................... 6
2.2 Technical Approach (Maximum of six (6) pages) ........................................................ 6
2.3 Past Performance (Maximum of three (3) pages) ......................................................... 8
2.4 Additional Information (Maximum of three (3) pages) ................................................ 9
3.0 RFP Response Proposal Format Requirements ..................................................................... 9
3.1 Document I: RFP Response Document ...................................................................... 10
3.1.1 Cover Letter (One (1) page) ............................................................................ 10
3.1.2 Technical Approach (Maximum of six (6) pages) .......................................... 10
3.1.3 Past Performance (Maximum of three (3) pages) ........................................... 10
3.1.4 Additional Information (Maximum of three (3) pages) .................................. 10
3.2 Document III: Pricing Worksheet ............................................................................... 10
3.2.1 Pricing (No page limit. Submit Pricing Worksheet) ....................................... 10
4.0 Evaluation, Selection, and Award........................................................................................ 11
4.1 Round 1: Initial Evaluation ......................................................................................... 11
4.1.1 Pricing Proposal Evaluation ............................................................................ 11
4.1.2 Technical Approach Evaluation ...................................................................... 12
4.1.3 Combined Evaluation Score ........................................................................... 13
4.2 Round 2: Best and Final Offer Evaluation ................................................................. 13
4.3 Selection ..................................................................................................................... 13
4.4 Award ......................................................................................................................... 13
5.0 Other Terms & Conditions .................................................................................................. 13
5.1 Review board period ................................................................................................... 13
5.2 Rejection of Proposals; Cancellation of RFP ............................................................. 14
5.3 Waiver Informalities ................................................................................................... 14
5.4 Errors and Omissions in Proposal............................................................................... 14
5.5 Cost of Preparing Proposal ......................................................................................... 14
5.6 Prohibited Communications ....................................................................................... 14
5.7 Public Announcements ............................................................................................... 14
5.8 Deposit and Guarantees .............................................................................................. 15
6.0 Proposer’s Certifications...................................................................................................... 15
7.0 Confidentiality of Responses & Proprietary Information .................................................... 15
Request for Proposals for Food Supplies RFP # 19-071-C
ii
7.1 Redacted Copy ............................................................................................................ 16
7.2 Ownership of Submitted Proposal .............................................................................. 16
8.0 General Terms and Conditions ............................................................................................ 16
8.1 Distribution ................................................................................................................. 16
8.2 Quoted Prices .............................................................................................................. 16
8.3 Storage ........................................................................................................................ 16
8.4 Purchase Quantity ....................................................................................................... 16
8.5 Invoicing ..................................................................................................................... 16
8.6 Payments ..................................................................................................................... 17
8.7 Breach ......................................................................................................................... 17
8.8 Code of Ethics............................................................................................................. 17
8.9 Anti-Discrimination Clause ........................................................................................ 17
9.0 Local Preference .................................................................................................................. 17
10.0 FOMB Contract Review ...................................................................................................... 18
11.0 Attachments (Cover Letter) ................................................................................................. 19
List of Tables
Table 1.5-1. RFP General Timeline. ............................................................................................... 3
Table 1.7-1. Submission Format. .................................................................................................... 4
Table 2.2-1. Technical Approach Requirements. ........................................................................... 6
Table 2.3-1. Past Performance Requirements. ................................................................................ 8
Table 2.4-1. Additional Information Requirements. ....................................................................... 9
Table 4.1-1. Weight for each requirement areas. .......................................................................... 11
Table 4.1.1-2. Pricing Evaluation Score formula ......................................................................... 12
Table 4.1.2-1. Evaluation Guide. .................................................................................................. 12
Table 4.1.2-2. Evaluation Scale. ................................................................................................... 12
Request for Proposals for Food Supplies RFP # 19-071-C
1 | P a g e
1.0 Introduction
1.1 Definitions/Acronyms
“ASG” means the Administración de Servicios Generales de Puerto Rico (or the Puerto Rico
General Services Administration).
“Bid Board” shall mean the Junta de Subastas de la Administración de Servicios Generales de
Puerto Rico (or Bid Board of the General Services Administration of Puerto Rico).
“Best Value Trade Off Selection” or “Best Value” refers to the expected outcome of an
acquisition that, in the Government’s estimation, provides the greatest overall benefit to the
Government in response to the requirements.
“Discounts” are reductions in price of products and services offered by vendors. They may also
be reductions in the total price of an invoice. The benefit of these discounts are realized as invoices
are paid.
“Electronic Signature” refers to a digital image of a hand-written signature that serves as an
official signature on binding legal documents.
“Financial Oversight Management Board” or “FOMB” refers to the Board created under the
Puerto Rico Oversight, Management, and Economic Stability Act of 2016 (“PROMESA”).
“Government” means the Government of Puerto Rico, also referred to as “GPR.” It is inclusive
of all government branches, agencies, public corporations, and municipalities.
“Government Entity” refers to any department, agency, board, commission, body, bureau, office,
public corporation or instrumentality of the Executive Branch, whether existing or to be created in
the future.
“Instrumentality” refers to any entity, agency, or public corporation of the Government of Puerto
Rico.
“Pricing Worksheet” or “Worksheet” is the excel file used to provide price proposals for this
RFP.
“Price Reasonableness” or “Fair and Reasonable Price” refers to an assessment by the
Government of any price proposed by a respondent. The prices will be assessed for fairness and
reasonableness by applying one or more statistical price analysis techniques that identify outlier
prices.
“Proposer” or “Respondent” means a(n) (i) natural person, (ii) legal person, (iii) joint venture,
or (iv) partnership, or (v) consortium of individuals, and/or partnerships, and/or companies or other
entities that submit a response to this RFP that is not currently debarred in any Federal, State and/or
Local jurisdictions.
“Rebates” are payments negotiated by vendors to be paid to customers as incentives for customers
to utilize more of their products or services. Rebates are commonly calculated based on volume
or total spend the customer has with the vendor. Rebates are commonly paid on a periodic basis
(e.g. per invoice, quarterly, etc.)
Request for Proposals for Food Supplies RFP # 19-071-C
2 | P a g e
“RFP” means this Request for Proposal and addenda issued by ASG.
“Vendor” or “Awarded Proposer” or “Selected Proposer” means a Proposer or Respondent
that is awarded a contract resulting from this RFP.
1.2 Background
The Government of Puerto Rico (“Government”) is responsible for administering public
resources and for providing all necessary public services to the Puerto Rican general public,
approximately 3.3 million people. The Executive Branch is the largest employer in Puerto Rico
with more than 150,000 workers.
The Government’s current Fiscal Plan calls for “Financial Control Reforms” to improve budget to
cash and overall financial reporting and controls. Procurement reform has been identified as one
of the key enablers of this financial reform. To pursue these procurement reforms, the Government
is implementing modern practices to improve the efficiency and effectiveness of procurement
operations. The Government is currently going through a procurement reform which includes
strategic sourcing of categories of goods and services identified as essential to achieve
government-wide savings and significantly reduce the cost of purchased goods and services.
The Government is issuing this Request for Proposals ("RFP") to invite interested vendors
("Proposers") to submit proposals to provide food items for all Government instrumentalities.
The current estimated government-wide annual spend for select food items is approximately $36
million dollars.
This RFP is open to any and all interested parties, including global leaders in food and local
market participants that provide centralized and regional distribution of food items.
1.3 The Puerto Rico General Services Administration
In 2011, the Reorganization Plan Number 3 (Reorganization Plan) was enacted in order to
restructure the Government of Puerto Rico’s procurement process and to establish the
Administración de Servicios Generales (or General Services Administration) as the governmental
entity in charge of implementing Puerto Rico Government procurement policy ASG covers the
purchase and acquisition process of non-professional goods and services for the Government of
Puerto Rico.
Under the Reorganization Plan, ASG has the authority to act as the procuring and negotiating entity
for all Government entities. This includes the authority to procure the purchase and acquisition of
goods and services on behalf of all Government entities.
1.4 Contract Term
The contract(s) resulting from this RFP will be awarded to one or multiple Proposer(s). The term
of the contract(s) expected to be awarded at the end of this RFP process will commence upon
ASG’s execution of the contract(s) and will be in effect for one year after execution with two one-
year options, exercisable at the Government’s discretion. ASG reserves the right to cancel the
contract(s) before expiration under several contract breach circumstances from the selected
Request for Proposals for Food Supplies RFP # 19-071-C
3 | P a g e
Proposer, cancel contract work upon finalization of duties under the scope of work, or not extend
the contract term, and re-bid the scope of work after term expiration.
The main purpose of the RFP and resulting contract is to achieve government-wide savings on the
purchase of food items.
1.5 RFP Timeline
The timeline for this RFP is presented below in Table 1.5-1. All items must be received by the
stated deadline.
Table 1.5-1. RFP General Timeline.
Target Date Event
04/01/2019 Last Day to Submit Questions (Request For Clarifications) – 1:00 p.m. (Atlantic):
04/08/2019 Issuance of Answers to Questions by ASG – 1:00 p.m. (Atlantic)
04/10/2019 Pre Bid Conference – 10:00 a.m. (Atlantic)
Dial-in information for the conference call will be provided on the ASG website
05/20/2019 Proposal Submission Deadline – 1:00 p.m. (Atlantic): [email protected]
After 05/22/2019 Award Announcement
Please note that the RFP timeline includes target dates that are subject to change. It is the
responsibility of Proposers to periodically review their emails and the ASG website
(www.asg.pr.gov/ReformaCompras/Pages/default.aspx) for all information and updates related
to this RFP.
1.6 Requests for Clarification (RFCs)
1.6.1 Requests for Clarification
Request for Clarifications and Questions relating to this RFP must be submitted via email to
[email protected] no later than 1:00 pm on April 1st. Submitted questions should make
reference to the RFP number and provide the point of contact for the prospective Proposer.
ASG will compile all questions and issue answers to all questions to prospective Proposers by
April 8th on its website (www.asg.pr.gov/ReformaCompras/Pages/default.aspx). Proposers are
expected to download the document containing all the answers to the Request for Clarification
from the ASG website. Proposers should acknowledge that they have read the answers to the
questions by signing the acknowledgement in the Cover Letter identified in section 3.1.1.
From the time the RFP is issued until the time an award is made, vendors may not in any way
contact ASG directly. Questions regarding the RFP may only be asked through e-mail. Questions
asked through e-mail will only be answered if they are sent to the e-mail address provided for
asking questions and are sent during the time allowed for asking clarifying questions.
Vendors must not contact ASG in any other way. This includes in-person visits, phone calls, text
messages, e-mails or any other form of communication.
Request for Proposals for Food Supplies RFP # 19-071-C
4 | P a g e
1.6.2 Pre-Bid Conference
ASG will further clarify the answers posted on the ASG website during a pre-bid conference to be
held on April 10th at 10:00 A.M. AST at the ASG office (211 Avenida Quisqueya, San Juan, 00917,
Puerto Rico). Dial-in information for the conference call will be provided on the ASG website in
category folder.
The primary purpose of the pre-bid conference is to provide instructions for completing the
technical sections of the RFP and the pricing worksheet, as well as to provide further clarification
to existing questions submitted via email.
1.7 Proposal Submission
Proposals are to be submitted via email to [email protected] by May 20th, 2019 no
later than 1:00 PM Atlantic Standard Time. Responses to the RFP submitted after the prescribed
deadline will not be accepted.
Proposals will not be evaluated until after 1:00 pm, May 20th (Proposal Submission
Deadline).
The Proposer shall submit the response via email to the Auction Board Secretary. The email subject
line must contain the following:
Attention: Auction Board Secretary: Response to RFP 19-071-C from <Proposer Name>
The submission via email should contain three (3) attachments with the contents as listed below in
Table 1.7-1:
Table 1.7-1. Submission Format.
Document
Number
Document
Format
Document
Type
Document Naming
Convention
Document Contents
I
Original Copy <Proposer Name>_RFP
Response
Original_<MMDDYYY
Y>.pdf
1. Cover Letter
2. Answers to questions in Technical Approach
3. Answers to questions on Past Performance
4. Answers to questions on Additional Information
II
Redacted
Copy
<Proposer Name>_RFP
Response
Redacted_<MMDDYYY
Y>.pdf
1. Cover Letter
2. Answers to questions in Technical Approach
3. Answers to questions on Past Performance
4. Answers to questions on Additional Information
III
XLS
Original Copy
(filled out as
per template
provided)
<Proposer
Name>_Pricing
Worksheet_<MMDDYY
YY>.xls
1. Pricing Worksheet
Request for Proposals for Food Supplies RFP # 19-071-C
5 | P a g e
Document Number II refers to the requirement for proposers to submit a redacted electronic copy
of their proposal as outlined in Section 7.0 (Confidentiality of Responses & Proprietary
Information). If no identifiable redacted copy of the proposal is included with the submission,
ASG will consider the submitted copy as both the redacted and un-redacted copy of the proposal.
If the proposal is submitted multiple times, ASG will only accept the latest version submitted
before the deadline.
1.8 Register at “Registro Único de Licitadores (RUL)”
Any Proposer interested in contracting with the Government must be registered in the “Registro
Único de Licitadores” (RUL) in accordance with the specifications provided in the RUL
registration requirements. Proposers can access the RUL through the following link:
https://rul.asg.pr.gov/
Registration in the Registro Único de Licitadores is a mandatory requirement for any natural or
legal person, interested in participating in the procurement process of goods and services with
the Government of Puerto Rico. At the time of any proposal response submission, all bidders
must have the Certification of Eligibility as required in Article 4.2 (e) of the Reglamento del
Registro Único de Licitadores del Gobierno de Puerto Rico (Regulation # 8182).
Registration in the RUL must be active and all documents required for active registration
must be up to date.
1.9 Proposer Signatures
All submitted proposals should provide a clear point of contact that includes:
Name of point of contact
Address
Email address of point of contact
Proposals that do not identify a point of contact and contact information will be rejected.
The Cover Letter of the proposals (Section 3.1.1) must be signed with indelible ink or blue pen by
an authorized agent of the Proposer. The authorized agent should be the same point of contact
registered in the “Registro Unico de Licitadores” (RUL).
.
2.0 Scope
This RFP seeks to receive responses for Proposers who want to be considered for providing food
items to all the Agencies, Public Corporations or Municipalities of the Government of Puerto Rico
under a contract with ASG resulting from this RFP. The Government has requirements in the
following four (4) areas:
Pricing
Technical Approach
Past Performance (This section is required but will not be scored)
Request for Proposals for Food Supplies RFP # 19-071-C
6 | P a g e
Additional Information (This section is required but will not be scored)
The proposals shall be clear, concise, and include sufficient detail for an effective evaluation, and
for substantiating the validity of stated claims. Proposals shall not simply rephrase or restate the
Government’s requirements, but rather shall provide a convincing rationale to address how the
Proposer intends to meet the requirements. Proposers shall assume that the Government has no
prior knowledge of their experience or best practices, and that qualifications and past performance
reviews will be based only on the information presented in the Proposer’s proposal.
2.1 Pricing
The Pricing Worksheet must be submitted in electronic form via email along with the other
documents as mentioned in Section 3.0. The Pricing Worksheet has instructions on how to provide
pricing information.
The Pricing Worksheet (Tabs “1. Pricing WS Historical Vol” and “1.1 Pricing WS Speculative
Vol”) contains the product description (and other relevant information) needed to provide price
proposals. It is made up of item sub-categories of food supplies consumed across the entire
Government and has an annual spend of approximately $36 million.
The Pricing Worksheet Tabs asks Proposers to provide unit price proposals for items that meet the
item descriptions. Proposers are also asked to provide alternate items that may be offered at a lower
price but meets the same requirements. If the Proposer leaves any price proposal for an item or its
alternate item blank, ASG will assume that such information is not available.
The “2. Discounts and Rebates” Tab lists various discount structures and rebates that the proposer
is willing to provide. It also provides options of different payment terms.
All pricing submitted in the Pricing Worksheet must include freight.
2.2 Technical Approach (Maximum of six (6) pages)
The Technical Approach must detail the Proposer’s approach for meeting each of the technical
requirements, and must reflect a practical and feasible method to accomplish them. The technical
requirements are as follows:
Table 2.2-1. Technical Approach Requirements.
Performance
Areas
Performance
Category
Requirement
I Reporting
1. The Government of Puerto Rico will require Proposers who are awarded a
contract to provide a monthly line-item usage report in electronic format (e.g.
Excel or CSV, etc.) with the following fields: Item Name, Item Specification,
Unit of Measure (UoM), Pack Size, Manufacturer/Producer/Brand, Unit Price,
Order Quantity, Order Date, Invoice Date, and Invoice Amount for all items
that are contracted. Please describe your approach for meeting this
requirement.
2. Please provide a description of your approach for tracking and reporting on
service levels that will be set in the contract with the Government, including
identifying the amount of discounts owed to the Government of Puerto Rico
for failure to achieve a given service level.
Request for Proposals for Food Supplies RFP # 19-071-C
7 | P a g e
Performance
Areas
Performance
Category
Requirement
II Ordering
1. The government requires communication of back orders at the time the order
is placed. Please describe your organization's approach for meeting this
requirement.
2. What is your process for communicating price increases or decreases?
III Delivery
1. The Government requires delivery of all food items at different delivery
schedules (multiple times a week, weekly, monthly etc.) based on requirements.
Please describe your ability to meet these delivery requirements for each of the
sub-categories (e.g., Produce, Meats or Substitutes, Egg and Dairy, Breads
Confectionary or Snack Products, Beverages, Condiments and Spices, Soups
Pasta Prepared Food and Others, Cereals and Grain, Baby Food and Dietary
Supplements. The sub-categories can also be found in the Pricing Worksheet).
2. Besides labelling required from the FDA to every food supplier, some agencies
(like AEA) may require a special that will go in each individual product or in the
box containing the products, the label has the following characteristics:
Can you fulfill this requirement?
IV Availability
1. Please describe your organization's process for notifying when products are
temporarily unavailable. How are substitute items communicated? All
substitutes need to be approved by the customer.
2. Describe your company's ability to supply all of the estimated volumes by
sub-category (e.g., Produce, Meats or Substitutes, Egg and Dairy, Breads
Confectionary or Snack Products, Beverages, Condiments and Spices, Soups
Pasta Prepared Food and Others, Cereals or Grain, Baby Food and Dietary
Supplements. as identified in the Pricing Worksheet) in case of such an
award.
V Account
Management
1. Describe ongoing account servicing approach and address the following:
Background, and responsibilities of the primary person that will be
servicing the account
Transition plan if not the incumbent vendor
Frequency of turnover on the account management team
2. Please describe your organization's ability to provide customer service
support during the hours of 6:00 AM to 4:00 PM Atlantic Standard Time.
VI Emergency
Preparedness
1. The Government requires proposers to establish contingency plans for the
provision of food in the event of natural disasters or other unforeseen
disruptive events. Please describe your ability to meet this requirement.
Request for Proposals for Food Supplies RFP # 19-071-C
8 | P a g e
Performance
Areas
Performance
Category
Requirement
2. In cases of food contamination, please describe your organization’s
procedures for communicating and managing recall of food products and any
associated cost.
2.3 Past Performance (Maximum of three (3) pages)
Proposers must provide contact information (name, title, company, address, phone number, and
email address) for at least three references (public sector clients preferred) where the Proposer has
executed work that is similar to the work requested in this RFP. References shall be dated within
the past three (3) years of the RFP closing date. Proposers must provide answers to the questions
listed in Table 2.3-1 for each of the three references (one page for each reference). Please reference
the Performance Category and the question number when providing the responses.
Table 2.3-1. Past Performance Requirements.
Performance
Category
Questions
Scope of
Work
1. What was the scope of the work performed in your past engagement?
Dollar
Amount 1. What was the amount of the contract/purchases with this client for over a year?
Reporting
1. Did you ever provide any electronic reports to your customer regarding the items sold to
them?
2. Did you have any service level agreements with the customer? What were the
consequences if you failed to meet the service levels?
Ordering 1. During the time of your contract with the customer, did you increase or decrease prices?
How was this communicated to the customer?
Delivery 1. How was your delivery schedule arranged with this customer? What was the delivery
frequency?
Availability
1. During the time of your contract with the customer, did you have any problems related to
not fulfilling the orders because of product’s unavailability? If so, how was this
communicated to the customer? Which actions were taken in order to reduce the impact?
Account
Management
1. Was there a single point of contact for your customer? How was Account Management
handled?
Emergency
Preparedness
1. During the time of the contract with your customer, was there any emergency related to
natural disasters or unforeseen disruptive event(s)? What were the actions taken to reduce
the impact of this event?
2. Did you experience any problem related to food contamination? If so, how was this
communicated to your customer? Which actions were taken to reduce impacts?
ASG may contact these references to verify this information.
Responses to Past Performance will be taken into consideration to understand vendor capabilities,
but will not be evaluated or scored.
Request for Proposals for Food Supplies RFP # 19-071-C
9 | P a g e
2.4 Additional Information (Maximum of three (3) pages)
In a maximum of three (3) pages, Proposers shall submit answers to the additional questions listed
in Table 2.4.1 for each of the Performance Areas of the Additional Information: Invoicing, Vendor
Performance, and General Service.
Table 2.4-1. Additional Information Requirements.
Performance
Area
Name Question
I Invoicing 1. Does your organization offer consolidated billing? If so, what is your approach
for it?
II Vendor
Performance
1. What are your current delivery lead-time options with your current clients in
Puerto Rico (e.g., next day, 2 days)?
2. What is your organization's current overall line item fill rate?
3. What is your organization's on-time delivery rate?
4. Do you carry inventory of the Food items mentioned in the Pricing Worksheet?
How many warehouses/cold storage facilities do you have in Puerto Rico?
5. What is your organization’s ability to respond to surges in demand for food
items purchased by the Government?
III General
Service
1. Vendors may be required to participate in quarterly business reviews with the
Government. Will your organization agree with this requirement?
2. Please describe your organization’s ability to send invoices and receive orders
placed through online enterprise resource planning (ERP) platforms.
3. Please describe your organization's return policy for orders incorrectly
processed by your company.
4. To what extent does your organization rely on subcontracting (e.g. delivery
service) to provide food items to your clients?
5. Is your organization capable of processing purchase orders, order receipt
confirmations, and invoices via EDI?
Responses to Additional Information will be taken into consideration to understand vendor
capabilities, but will not be evaluated or scored.
3.0 RFP Response Proposal Format Requirements
The proposal submissions must contain the sections below and respect page limits stated for each
section. Pages submitted in excess of the stated page limitations will not be taken into consideration
and will not be evaluated. Pages must be single-spaced on 8½ by 11inch paper, with a minimum
one-inch margin all around. Pages shall be numbered consecutively and use a 12-point font of
Times New Roman.
Respondent’s proposal shall be formatted as follows:
Request for Proposals for Food Supplies RFP # 19-071-C
10 | P a g e
3.1 Document I: RFP Response Document
3.1.1 Cover Letter (One (1) page)
Proposers must complete and submit the one (1) page Cover Letter in the official template (Section
11. Attachments) as part of Documents I and II. The Cover Letter contains instructions on how to
provide Proposer information.
3.1.2 Technical Approach (Maximum of six (6) pages)
In a maximum of six (6) pages, the Proposers should provide answers to the questions listed for
each of the Performance Areas of the Technical Approach: Reporting, Ordering, Delivery,
Availability, Account Management, and Emergency Preparedness.
The response format should refer to the performance area and the requirement number.
Example:
Performance Area Requirement ID Response
II: Ordering 2. What is your process for
communicating price increases or
decreases?
Your response here
3.1.3 Past Performance (Maximum of three (3) pages)
In a maximum of three (3) pages, Proposer should provide responses to the information requested
in Section 2.3 (Past Performance (Maximum of three (3) pages)).
Responses to Past Performance will be taken into consideration to understand vendor capabilities,
but will not be evaluated or scored.
3.1.4 Additional Information (Maximum of three (3) pages)
In a maximum of three (3) pages, Proposers shall submit answers to the additional questions listed
in Table 2.4.1 for each of the Performance Areas of the Additional Information: Invoicing, Vendor
Performance, and General Service.
Responses to Additional Information will be taken into consideration to understand vendor
capabilities, but will not be evaluated or scored.
3.2 Document III: Pricing Worksheet
3.2.1 Pricing (No page limit. Submit Pricing Worksheet)
Proposers shall provide pricing for the items listed in the Pricing Worksheet. This must be
submitted as a separate file in electronic form via email.
Proposers should use the format provided and follow the Worksheet Instructions to populate the
Worksheet. If any Proposer makes substantial omissions or format changes to the Worksheet, ASG
reserves the right to deduct points from the Proposer’s score or reject the entire proposal.
Request for Proposals for Food Supplies RFP # 19-071-C
11 | P a g e
4.0 Evaluation, Selection, and Award
4.1 Round 1: Initial Evaluation
The Government expects to award one or multiple contracts for the requirements outlined in this
RFP to the proposers that present the Best Value to the Government. The Auction Board will
evaluate the Pricing Proposal and Technical Approach and decide on an award scenario.
At any point during the evaluation period, ASG reserves the right to contact Proposers for
clarifications about their Proposals. The purpose of these clarifications is not to obtain additional
information not originally submitted in the proposal, but rather to obtain a better understanding of
the content provided.
For the calculation of Combined Evaluation Scores for each proposal, the Government has
established following weights for the requirement areas of Pricing and Technical Approach in
Section 2.
Table 4.1-1. Weight for each requirement areas.
Requirements Weight Maximum Score
Pricing 80% 100
Technical Approach 20% 100
4.1.1 Pricing Proposal Evaluation
Prices will be evaluated for reasonableness and fairness. Prices will be evaluated on an item-by-
item and sub-category basis. However, it is possible that an award for any given item may not go
to the Proposer with the lowest price if, in the judgement of the Government, the higher-priced
Proposer offers the best overall value to the Government when also considering the technical
requirements.
A weight of 80% has been assigned to the Pricing section in calculating the Final Evaluation Score
for each proposal. The following criteria will be used to evaluate the pricing provided by each
Proposer in the Pricing Worksheet:
4.1.1.1 Price Fairness Evaluation
Quoted Prices proposed by each Proposer for different items will be first evaluated for
reasonableness and fairness by applying one or more statistical price analysis techniques that
identify outlier prices.
4.1.1.2 Price Evaluation Score
Post price fairness evaluation, the Government will calculate the Pricing Evaluation Score for each
proposal based on the 80% weight assigned to it. A Proposer that provides the lowest Quoted
Prices will achieve maximum number of points for the pricing criteria. Other Proposers will then
achieve points proportionally based on their Quoted Prices as compared to the lowest Quoted
Prices for each item. Pricing Evaluation Score for each proposal can be calculated as follows:
Request for Proposals for Food Supplies RFP # 19-071-C
12 | P a g e
Table 4.1.1-2. Pricing Evaluation Score formula
Type of Score Maximum Score
Pricing Evaluation Score Maximum points that can be given to a proposal for the lowest Total Quoted Price * (Lowest
Quoted Price across all proposals ÷ Quoted Price of the proposal being evaluated)
4.1.2 Technical Approach Evaluation
The Technical Approach will be evaluated to determine the extent to which it demonstrates the
Proposer’s ability to fulfill the technical requirements. A weight of 20% has been assigned to the
Technical Approach in calculating the Combined Evaluation Score for each proposal. Following
criteria will be used to evaluate the responses provided by each Proposer for the Technical
Requirement:
4.1.2.1 Performance Areas Score
For calculating the Technical Evaluation Score, first each of the performance areas listed in the
Technical Approach: Reporting, Ordering, Delivery, Availability, Account Management, and
Emergency Preparedness, will be evaluated based on the evaluation guide detailed below in Table
4.1.2-1. A Proposer that achieves the highest rating for the four Performance Areas will obtain a
maximum score of one-hundred (100) points for the Technical Approach.
Table 4.1.2-1. Evaluation Guide.
Performance Area Maximum Points
Reporting 20
Ordering 10
Delivery 20
Availability 20
Account Management 10
Emergency Preparedness 20
The score obtained for a particular Performance Area is dictated by the ability of the Proposer to
satisfactorily meet the requirements of that Performance Area. Responses to questions in each
Performance Area will be scored based on the Evaluation scale detailed below in Table 4.1.2-2.
Table 4.1.2-2. Evaluation Scale.
Outstanding
(100% of Maximum Score for a
Performance Area)
Response indicates an exceptional approach and understanding of the requirements
and contains multiple strengths.
Good
(75% of Maximum Score for a
Performance Area)
Response indicates a thorough approach and understanding of the requirements and
contains at least one strength.
Acceptable
(50% of Maximum Score for a
Performance Area)
Response indicates an adequate approach and understanding of the requirements.
Unacceptable
(0% of Maximum Score for a
Performance Area)
Response does not meet requirements of the RFP, and thus, contains one or more
deficiencies.
Request for Proposals for Food Supplies RFP # 19-071-C
13 | P a g e
4.1.3 Combined Evaluation Score
Combined Evaluation Scores for each proposal will then be calculated using following formula:
These Combined Evaluation Scores for each proposal are used to determine the proposals which
represent Best Value to the Government. Hence, it is possible that an award for any given item
may not go to the Proposer with the lowest price if, in the judgement of the Government, higher-
priced Proposers offer the best overall value to the Government.
4.2 Round 2: Best and Final Offer Evaluation
Upon analysis of all first round submissions, the Bid Board may request a Best and Final Offer
from Proposers to allow them the opportunity to submit their last and most attractive pricing. The
timeline for Best and Final Offer submission will be posted on ASG’s webpage and communicated
directly to all first-round Proposers
4.3 Selection
The pricing received in the Best and Final Offer will be re-evaluated to find an optimal scenario
that meets the objectives of the RFP. The Bid Board will examine all proposals submitted before
making an award.
4.4 Award
Upon adjudication of the award(s) by the Bid Board, the Secretary of the Board will notify all
Proposers. The notification of the award of the bid will not constitute the formal agreement
between the parties. It will be necessary to execute the corresponding contract.
a. Commitment by Award: No Proposer is authorized to deliver merchandise or offer services
without a contract being awarded, therefore, no Government Agency or Instrumentality will
guarantee payment without a contract. After the contract is executed, the Government can place
purchase orders for merchandise or services.
Upon award issuance, the selected Proposer(s) must procure the guarantees required under the
General Terms and Conditions of the Contract, meet all the requirements set forth in those General
Terms and Conditions, and provide proof of such guarantees to ASG to establish the contract. If
the selected Proposer refuses to enter into such contract or does not sign said contract within the
time specified in the Notice of Award or specified by the Procurement Contracts Unit of ASG, and
has not submitted reasonable prior justification, the Proposer shall not be considered to have
entered into a contract with ASG. In such a situation, ASG’s Administrator may apply the
provisions of Article 76 of Regulation 5 (3380) "Auction Rules".
5.0 Other Terms & Conditions
5.1 Review board period
Any party adversely affected by a final decision or adjudication of the Bid Board may file a
Request for Review with the Puerto Rico Procurement Review Board within twenty (20) calendar
days after the date on which notice of the adjudication is mailed.
Combined Evaluation Score = Pricing Evaluation Score + Technical Evaluation
Request for Proposals for Food Supplies RFP # 19-071-C
14 | P a g e
If a Request for Review is filed, the Procurement Board shall deliver a copy of the RFP’s
administrative file to the Puerto Rico Procurement Review Board within 5 days after receipt of the
notice of review.
On the same day that the Notice of Reconsideration is filed, the party requesting review shall notify
the Bid Board and all proposers and interested parties according to the requirements approved
under Chapter VIII of the Puerto Rico General Services Reorganization Plan, Num. 3, 2011.
5.2 Rejection of Proposals; Cancellation of RFP
Issuance of this RFP does not constitute a commitment to award a contract. ASG reserves the right
to accept or reject, in whole or part and without further explanation, any or all proposals submitted
and/or cancel this RFP and reissue it or another version of it, if ASG deems that doing so is in the
best interest of the Government.
Additionally, the Government reserves the right to make investigations as it deems necessary as to
the qualifications or perceived conflicts of interest of any and all Proposers submitting proposals
in response to this RFP. Any appearance of a conflict of interest shall constitute sufficient cause
for the outright rejection of a proposal(s). In the event that any or all proposals are rejected, the
Government reserves the right to re-solicit proposals.
5.3 Waiver Informalities
The Government reserves the right to waive any minor format non-compliance and/or informalities
of the submitted proposals if doing so is in the best interest of the government.
5.4 Errors and Omissions in Proposal
ASG reserves the right to reject a proposal that contains a substantial error or omission. ASG also
reserves the right to request correction of any errors or omissions and/or to request any clarification
or additional information from any Proposer, without opening up clarifications for all Proposers.
5.5 Cost of Preparing Proposal
All costs associated with the response to this proposal are the sole responsibility of the Proposer.
5.6 Prohibited Communications
Communications with other representatives of the Government regarding any matter related to the
contents of this RFP are prohibited during the submission and selection processes. Failure to
comply with these communications restrictions may result in rejection of the proposal. Proposers
should rely only on representations, statements, or explanations contained in this RFP, in
documents that ASG provides to Proposers and in any formal written addenda as may be issued
by ASG at any time during this RFP process.
5.7 Public Announcements
Any information or public announcement related to this RFP will be made by ASG through its
website (www.asg.pr.gov/ReformaCompras/Pages/default.aspx). Any information or other
public announcements related to this RFP shall not be made by any party, including Proposers,
without the prior written approval of ASG.
Request for Proposals for Food Supplies RFP # 19-071-C
15 | P a g e
5.8 Deposit and Guarantees
Performance Bond: : This deposit, payable after award notification, will be backed by the
Proposer and serves to assure the Government that the Proposer will fulfill its obligations
according to the terms and conditions of the contract arising from this RFP. This guarantee must
be original. For this RFP, a performance bond of fifteen percent (15%) of the Proposer’s
adjudicated value is required.
6.0 Proposer’s Certifications
By the act of submitting a proposal, the person signing on behalf of the Proposer certifies, under
the penalty of perjury, that to the best of the Proposer's and such person's knowledge and belief:
The Pricing and Technical Approach in the proposal have been arrived at independently without
collusion, consultation, communication, or agreement, for the purpose of restricting competition
as to any matter relating to such Pricing and Technical Approach with any other Proposer or with
any other competitor who is not a Proposer.
Unless otherwise required by law, the Pricing and Technical Approach that have been proposed
have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by the
Proposer prior to the proposal submission deadline, directly or indirectly, to any other Proposer or
to any other competitor who is not a Proposer.
No attempt has been made or will be made by the Proposer to induce any other person, partnership,
corporation, or Government Entity to submit or not submit a proposal for the purposes of affecting
competition.
The Proposer is not in arrears to the Government upon any debt or contract, has not defaulted upon
any obligation to the Government, and has not been declared "not responsible" or been disqualified
to do business by the Government, any other State in the Union or the federal government, nor is
there any proceeding pending relating to the responsibility or qualification of the Proposer to
receive public contracts.
The Proposer is aware of, and agrees to abide by, all the terms and conditions of this RFP.
7.0 Confidentiality of Responses & Proprietary Information
Upon completion of this RFP process and after the award has been announced, ASG will make
public its report regarding the selection process, which shall contain specific information included
in the proposal and related to the process. ASG will not divulge information designated by the
Proposer in the proposal as confidential, proprietary or privileged because it is related to trade
secrets, pricing, and proprietary or privileged information. All information considered by the
Proposer as confidential, proprietary and privileged needs to be designated as such in the proposal.
ASG may reject proposals containing substantial contents marked as confidential, proprietary or
privileged. Provision of any information marked as confidential or proprietary shall not prevent
ASG from disclosing such information if required by law. The ultimately awarded contract(s) and
all prices set forth therein shall not be considered confidential or proprietary, and such information
may be made publicly available.
Request for Proposals for Food Supplies RFP # 19-071-C
16 | P a g e
7.1 Redacted Copy
All Proposers are required to submit a redacted copy of their proposal that excludes all confidential
information not to be public. ASG reserves the right to make public the redacted copies of the
proposals at the conclusion of the RFP process. If a Proposer does not submit a redacted copy,
ASG will assume that the original copy of the proposal can be made public.
Hence, the un-redacted copy of the proposal should identify all confidential information and the
redacted copy of the proposal should exclude all confidential information not to be public as
outlined in section 7.0 of this document. Any information not identified as confidential in the un-
redacted proposal will be deemed as not confidential.
7.2 Ownership of Submitted Proposal
All materials submitted in response to this RFP shall become the property of ASG. Selection or
rejection of a proposal does not affect this provision.
8.0 General Terms and Conditions
8.1 Distribution
The proposed prices include freight and handling expenses until the final delivery of the items,
designated by the requesting instrumentality, with no separate invoice line-item for shipping cost.
8.2 Quoted Prices
The prices offered will remain fixed during the term of the contract that is granted, but may be
subject to changes that must be validated by a price validation by ASG.
The price validation on changes and / or price increases will be the result of the review of ASG
and the selected proponent of the following: market particularities, cost structure evaluation and
verification of the specific increase of the products/raw materials (evidence of increase in
manufacturing will be required) that can reach a maximum of 15% in price variation.
The selected bidder must notify ASG in writing of any written price review process.
8.3 Storage
Neither the Government, its entities or ASG will not be responsible for any cost associated with
storage of inventory that is stored by the awarded suppliers in order to comply with the
requirements of this RFP or subsequent contractual obligations.
8.4 Purchase Quantity
A contract resulting from this RFP does not guarantee any number of purchases on the goods under
such contract. The purchase order will indicate exact quantities.
8.5 Invoicing
Any invoice submitted to the Government must contain the following certification:
“Under penalty of absolute nullity, I certify that no public servant of the government entity is a
party or has any interest in the profits or benefits of the contract or purchase order of this invoice;
if the public servant is a party or has interest in the profits or benefits of the contract, the servant
Request for Proposals for Food Supplies RFP # 19-071-C
17 | P a g e
has mediated a prior exemption. The only consideration for supplying the goods or services of the
contract has been the payment agreed with the authorized representative of the government entity
that issues the purchase order. The amount of this invoice is fair and correct. The work has been
completed, the products have been delivered and the services provided, and they have not been
paid for.”
8.6 Payments
The instrumentalities will process the payment in accordance with the provisions of Circular Letter
1300-02-10 of the Department of the Treasury that states: "It shall be the responsibility of the
agencies to require the supplier to deliver the invoices in no more than ten (10) days after the end
of the period or date of delivery of the good or service."
8.7 Breach
If the Proposer fails to accept or fulfill a purchase order, a service order, a notice to proceed, or a
change order that is issued, or if the Proposer fails to comply with any of the specifications, terms,
and conditions once a contract is signed, ASG will cancel the contract immediately, execute the
performance bond and may exclude the Vendor from the RUL for no less than one (1) year and no
more than three (3) years, as stipulated in Regulation 8182 "Regulation of the Registro Único de
Licitadores (RUL) of the Government of Puerto Rico". In addition, ASG reserve the right to apply
any other sanctions as provided by existing regulations or agreed to in the contract.
The measures taken in case of non-compliance shall be imposed only by ASG after investigating
facts, communicating non-compliant status to the Vendor, and giving the Vendor an opportunity
to be heard.
8.8 Code of Ethics
Every Vendor and their employees must observe the highest principles of excellence, integrity,
and honesty, both in relation to competitors and the Government of Puerto Rico. The
Anticorruption Code is available at:
http://www2.pr.gov/ogp/Bvirtual/leyesreferencia/PDF/Corrupci%C3%B3n/2-2018.pdf
8.9 Anti-Discrimination Clause
ASG does not discriminate because of race, color, gender, origin or social status, political or
religious beliefs, age, national origin, for being a victim or being perceived as a victim of domestic
violence or sexual harassment, veteran status, identity or sexual orientation (real or perceived),
physical, mental or sensory impairment.
9.0 Local Preference
In accordance with Article 34 of the Puerto Rico General Services Administration Reorganization
Plan Num. 3, 2011, The Administration shall condition the approval and validation of any purchase
order, public bid, acquisition of goods or nonprofessional services to compliance with the
preferential acquisition policy set forth in Act 14-2004, as amended, known as the “Investment in
Puerto Rican Industry Act,” Act 129-2005, as amended, known as the “Government of the
Commonwealth of Puerto Rico Procurement Reserve Act,” and Act 253-2006, and compliance
with those measures that ensure compliance with such policy.
Request for Proposals for Food Supplies RFP # 19-071-C
18 | P a g e
10.0 FOMB Contract Review
All contracts resulting from this RFP are subject to review by the FOMB in accordance with
FOMB contract review policy and related amendments. Please refer to the FOMB Contract
Review Policies available at https://juntasupervision.pr.gov/documents/
Request for Proposals for Food Supplies RFP # 19-071-C
19 | P a g e
11.0 Attachments (Cover Letter)