Skip to main content

An official website of the United States government

You have 2 new alerts

DeCA Fresh Shell Eggs East & Central

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Mar 15, 2022 01:05 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 26, 2021
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Lee , VA 23801
    USA

Description

THIS IS A PRE-SOLICITATION NOTICE

Contractor is to deliver fresh shell eggs for commissaries located in the Defense Commissary Agency (DeCA) East and Central Areas. The commissaries require various quantities and sizes of fresh shell eggs in white and brown.

For the purpose of this solicitation, the following 66 commissaries are grouped geographically into 10 groups:

Group 1: Hanscom AFB, MA; Fort Hamilton, NY; Mitchell Field, NY; Saratoga Springs, NY; West Point, NY; New London (Groton), CT; Bangor AFB, Fort Drum, Tobyhanna, Newport NS, Portsmouth NSY. Estimated Annual Quantities:  281,979 

Group 2: Picatinny Arsenal, NJ; Carlisle Barracks, PA; Dover AFB, DE; Aberdeen PG, MD; Lakehurst NAES, NJ; McGuire AFB, NJ; Pittsburgh Area/C.E. Kelly, PA; Fort Detrick, MD.  Estimated Annual Quantities:  289,149

Group 3: Patuxent River NAS, MD; Bolling AFB, D.C.; Forest Glen, MD; JB Andrews, MD; Annapolis NSA, MD; Fort Meade, MD; Fort Belvoir, VA; Fort Myer, VA; Quantico MCB, VA; Dahlgren NSF, VA.  Estimated Annual Quantities:  754,484  

Group 4: Fort Eustis, VA; Fort Lee, VA; Langley AFB, VA; Little Creek NAVPHIBASE, VA; Norfolk NAVSTA, VA; Oceana NAS, VA; Portsmouth NNSY, VA.  Estimated Annual Quantities:  533,492

Group 5: Camp Lejeune MCB, NC; New River MCAS, Seymour Johnson AFB, NC; Fort Bragg North, NC; Fort Bragg South, NC; Cherry Point MCAS, NC.  Estimated Annual Quantities:  388,931

Group 6: Shaw AFB, SC; Charleston AFB, SC; Fort Jackson, SC; Parris Island MCRD, SC; Charleston NWS, SC.  Estimated Annual Quantities:  236,652

Group 7: Fort Stewart, GA; Hunter AAF, GA; Robins AFB, GA; Fort Gordon, GA.  Estimated Annual Quantities:  230,353

Group 8: Kings Bay NSB, GA; Moody AFB, GA; Albany MCLB, GA; Fort Benning, GA; Camp Merrill, GA. Estimated Annual Quantities:  184,105

Group 9: Tyndall AFB, FL; Whiting Field NAS, FL; Hurlburt Field, FL; Eglin AFB, FL; Pensacola NAS, FL. Estimated Annual Quantities:  274,894

Group 10: Mayport NS, FL; Jacksonville NAS, FL; Key West NAS, FL; MacDill AFB, FL; Patrick AFB, FL.  Estimated Annual Quantities:  368,793

A single solicitation containing the ten geographical groupings will be issued.  Each geographical grouping will be independently evaluated and awarded on an all or none basis. The Government will award one or more contracts resulting from this solicitation based on evaluation using the best value, lowest-priced, technically acceptable procedures. An Requirements Type contract is contemplated with Firm Fixed Priced, special factor pricing that will adjust the unit price weekly based on the market index (Urner Barry). The PSC code is 8910 and the NAICS code is 112310 for this requirement with a size standard of $16.5M in average annual gross revenue for the last three fiscal years. The period of performance will be for a base period of 12 consecutive months plus four 12- month option periods. This solicitation will be issued on and unrestricted basis. All offers from large business firms must submit an acceptable subcontracting plan with their offer.  Offers received without an acceptable plan will not be considered for award.  The Request for Proposal (RFP) will be released on or about March 22, 2022. 

Any small businesses interested in submitting a proposal package may seek assistance from your local Procurement Technical Assistance Center (PTAC) or the Small Business Administration (SBA). Information on finding your local PTAC office may be located at https://www.aptac-us.org/find-a-ptac/. Businesses interested in seeking teaming and/or subcontracting arrangements may register as an Interested Vendor for this solicitation. Businesses may also utilize the Small Business Administrations (SBA) SUB-Net bulletin board to post sources sought notices for teaming partners and subcontractors for solicitations and future contracts. For more information on SBAs SUB-Net may be found at https://eweb1.sba.gov/subnet/client/dsp_Landing.cfm.

Questions or inquiries must be submitted to MPRC@deca.mil, ATTN:  Shaneta Carey, and must contain the following information: solicitation number, business size, DUNS number, CAGE code, requestor’s name and address, telephone number, and e-mail address.   Any requests for business information not posted should be requested under Freedom of Information Act (FOIA) guidance. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management SAM.GOV  database prior to award of any contract resulting from this solicitation. Further information about registration may be found on the Internet at https://sam.gov/content/home. All responsible sources may submit a proposal, which will be considered by the above stated agency.

Contact Information

Primary Point of Contact

Secondary Point of Contact

  • Sharon K. Weston, Contracting Officer
  •   sharon.weston@deca.mil
  •   Phone Number (804) 734-8000 ext. 48833
  •   Fax Number (804) 734-8009 pp 78833

History