1. SUBJECT:
    2. April 2006 Procurement Questions and Answers

 
 
TECHNICAL ASSISTANCE NOTE
 
No. 2007-01
 
 
School Business Services
Food and Nutrition Management
 
 
 
Contact: David Whetstone
 
Department of Education
John L. Winn,
ommissioner
C
 
April 2006 Procurement Questions and Answers
(850) 245-9332
SC 205-9332
 
 
 
DATE:
 
July 2
5
, 2006
 
TO:
 
  
Sponsors of the National School Lunch And School Breakfast Programs
 
FROM:
 
Diane Santoro, Administrator
 
 
Food and Nutrition Management
 
 
 
SUBJECT:
 
   
 
April 2006 Procurement Questions and Answers
 
 
This document supports the mission of Florida’s K-20 education system to increase the proficiency of
all students within one seamless, efficient system. Through this and other modes of assistance, the
office of Food and Nutrition Management supports the State Board of Education’s goal to deliver
quality, efficient services (Section 1008.31(3), Florida Statutes).
 
The United States Department of Agriculture, Food and Nutrition Service Division, recently issued the
attached questions and answers, on the topic of procurement in the Child Nutrition Programs,
particularly the National School Lunch and School Breakfast Programs. If you have questions,
contact David Whetstone at (800) 504-6609 or david.whetstone@fldoe.org.
 
Attachment
 
DS/iw
 
 
 
 
DIANE SANTORO, ADMINISTRATOR
FOOD AND NUTRITION MANAGEMENT
 
325 W. GAINES STREET • SUITE 1044 • TALLAHASSEE, FL 32399-0400 • (800) 504-6609 • www.fldoe.org
Suncom 205-0460 • FAX (850) 245-7855• diane.santoro@fldoe.org
 

 
 
 
United States
Department of
Agriculture
 
 
Food and
Nutrition
Service
 
 
3101 Park
Center Drive
Alexandria, VA
22302-1500
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
April 25, 2006
 
Memo Code:
SP 19-2006
 
SUBJECT
: April 2006 Procurement Questions
 
TO
: State Directors
Child Nutrition Programs
All States
 
We continue to receive questions regarding procurements in the Child Nutrition
Programs, particularly in the National School Lunch and School Breakfast Programs.
Attached are the most recently received questions and answers. As in the past, please
share these questions and answers with your school food authorities. If you have any
questions, please contact your regional office.
 
 
 
  
STANLEY C. GARNETT
Director
for
  
 
 
Child Nutrition Division
  
 
 
  
Attachment
  
 
  
 
cc: Lael Lubing, GMD
  
Rachel Bishop, OGC
  
 
 
  
 
  
 
 
  
 
  
 
 
 
 
  
 
  
 
 
  
 
  
 
 
  
 
  
 
 
  
 
  
 
  
 
 
  
 
  
 
 
  
 
  
 
 
  
 

 
 
 
 
Question #1: We often see guaranteed returns in contracts between school food
authorities (SFAs) and food service management companies (FSMCs) and would like to
know what they are.
 
Answer: When dealing with procurement contracts involving the National School Lunch
and Breakfast Programs there are two basic variations of guaranteed returns. One
involves the FSMC guaranteeing a return to the nonprofit school food service account at
the end of the school year if certain agreed upon conditions in the contract are met. For
example, if conditions x, y, and z are met the FSMC agrees at the end of the year to
increase the nonprofit school food service account by an amount specified in the contract.
A second type involves an agreement between the FSMC and the SFA that if the
predetermined return amount is not met at the end of the school year, the FSMC will
cover the amount by reducing its management fee, up to the amount of the fee. As with
all terms and conditions, the guaranteed return provision must be specified in both the
solicitation and contract documents.
 
 
Question #2: What if the management fee doesn’t cover the predetermined return
amount? This is a possibility if at the end of the school year the loss exceeds the agreed
upon predetermined return amount.
 
Answer: This is a potential problem which is why the SFA should review the guaranteed
return provision carefully. If the guaranteed return provision requires the FSMC to
provide a guarantee that they will repay an amount up to the agreed upon management
fee, but not to exceed the fee if the terms and conditions of the agreement are not met,
then the SFA is essentially agreeing to limit the contractor’s liability. SFAs should
consider that any agreement to limit the contractor’s liability places the nonprofit school
food service account at great risk should a substantial to catastrophic loss be experienced
that school year.
  
 
Question #3: If the SFA enters into a contract containing such a guaranteed return, does
this mean they do not have to pay the FSMC for any losses incurred in the prior year?
 
Answer: No. It simply means they cannot pay for them out of the nonprofit school food
service account. If the SFA entered into a contract that included a guaranteed return
provision requiring that any losses incurred by the contractor in one year would have to
be paid by the SFA in the subsequent year, then the SFA would have to pay with funds
other than the nonprofit school food service account funds.
 
 
 
 
 
 
 
 

 
 
 
Question #4: When can an SFA pay bonuses?
 
Answer: Generally, bonuses paid to employees are allowable costs and nonprofit school
food service account funds may be used to pay the costs of bonuses for efficient
performance or as a result of a suggestion or safety improvement. However, the bonuses
can be paid to employees only as long as the overall compensation is determined to be
reasonable and such costs are paid or accrued pursuant to a formally established labor
agreement. Thus, this generally requires that such payments be a standard personnel
practice.
  
 
Question #5: A contractor is telling an SFA that they have to cover the costs of bonuses
the contractor pays to its own employees. Can the SFA pay the bonuses for these
employees?
 
Answer: Generally, no. Bonuses go to the SFA employees and not to their contractors.
Neither the contractor nor its employees are employees of the SFA. One exception might
entail an SFA paying for such bonuses if in its bid documents the SFA had explicitly
included as a cost an FSMC’s total compensation package for its employees that included
bonuses (i.e., total compensation includes rate plus incentives). SFAs should be aware
that if language does not exist in the Request for Proposal and in subsequent contracts to
allow for such costs to be paid, then the SFA does not have to cover these costs. SFAs
should be aware that the payment of such costs should be consistent with standard
personnel practices. Also, such a provision should be considered very carefully as the
incentive for a contractor to perform well should be inherent in the awarding of the
contract and not based on bonuses at the end of the contract period.
 
 
Question #6: In light of the disaster stemming from Hurricanes Katrina and Rita, what
would USDA consider an appropriate length of time available to conduct an emergency
procurement?
 
Answer: During a disaster situation noncompetitive contracts may be awarded only
when a public exigency or emergency exists that will not permit a delay in contracting
that would result from a competitive solicitation. Our recommendation is that the SFA
research its State’s requirements on what constitutes an emergency situation and whether
the provision discusses timeframes. Clearly these would qualify as emergency situations
but not all disasters are clear. The State has to make the determination as to whether the
emergency condition exists in the entire State or certain locales. The SFA must also
check with the State to determine the length of the emergency situation so that any
noncompetitive contracts comply with the timeframes associated with the designated
emergency situation.
 
 
 
 
 
 

 
 
 
Question #7: If a State has a provision in place that allows an SFA to use a
noncompetitive contract due to an emergency situation such as the situations created by
the hurricanes, does the SFA need FNS approval as well?
 
Answer: No. As noted above, as long as an SFA has received approval from its
respective State regarding emergency designation they do not need FNS approval.
 
 
Question #8: An SFA would like to purchase milk in plastic packaging (commonly
called chugs) instead of the traditional paperboard cartons. If, however, the SFA is
unaware whether it can afford the higher cost of the plastic packaging how can it award
the contract to a supplier of the milk in plastic packaging when the supplier of the
paperboard carton submitted a cheaper bid price?
 
Answer: As long as the SFA is not prohibited by State and local procurement
requirements from using options within its bid documents, then it can conduct a
solicitation that will allow for pricing on each type of carton individually. To accomplish
this, the SFA’s bid document should: 1) include the specifications for each type of
product (i.e., plastic packaging versus traditional paperboard cartons); 2) provide explicit
information about how bids for each option will be evaluated to determine
responsiveness and pricing and the basis for contract award; 3) make clear that in the
evaluation of the bids, responsiveness and pricing will be compared only within each
option (i.e., the bids submitted for plastic packaging are only compared to each other); or
across all of the options (i.e., price of plastic packaging compared to paperboard
packaging); and 4) ensure that the award criteria is drafted to permit the SFA to award
the bid to the lowest priced responsible responsive bidder for either of the options. Also,
to maximize competition, potential bidders should be encouraged to submit bids for all of
the options offered.
  
 
Question #9: How can SFAs participating in Cooperative Buying Groups (CBGs)
provide more than one supplier on the purchasing list so that they are not limited in terms
of the items they can purchase?
 
Answer: By pooling their purchasing power to acquire goods and services, SFAs hope to
lower their operating costs, better respond to competition, and improve overall
performance. Often, however, CBGs believe that their ability to purchase in large
quantities, due to their pooling of purchasing power, limits them to negotiating a volume
purchase with only one food vendor to achieve the best price. This does not have to be
the case. A CBG can identify in its solicitation document that it will seek multiple
suppliers. The CBG would test the products of the responding vendors using an
evaluation system that assesses and scores the products based on taste, price, quality, and
quantity. The CBG would set a percentage and those vendors whose products score at or
beyond the set percentage would pre-qualify. The CBG would then ask for best and
final prices of those that have pre-qualified and allow the SFAs participating in the CBG
to purchase from the top ranked of the vendors who provided the lowest price.

Back to top