SOLICITATION NOTICE
R -- Mess Attendant Services - Mess Attendant-SOW - Wage Determination-Shelby County
- Notice Date
- 3/15/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
- ZIP Code
- 37204-0748
- Solicitation Number
- W912L7-13-Q-0001
- Point of Contact
- Christopher K. Pease, Phone: 901-291-7109
- E-Mail Address
-
christopher.pease@ang.af.mil
(christopher.pease@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Shelby County Mess Attendant Services SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W912L7-13-Q-0001 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This requirement is being advertised as a 100% small business set-aside; the North American Industry Classification System (NAICS) Code that applies is 722310 with a Small Business Size Standard of $35.5 Million. This requirement is for dining facility mess attendant services at the 164th Airlift Wing, 4593 Swinnea Rd., Building 4607, Memphis, TN 38118. Please see Performance Based Statement of Work (SOW) for details of this requirement. The Contracting Officer anticipates awarding a firm-fixed price type contract. The period of performance is one base year, beginning April 1, 2013 through September 30, 2013 (7 month base year) with 4 (four) one-year option periods through September 30, 2017. The following Contract Line Item Numbers (CLINS) to submit your quote totals are as follows: CLIN 0001 Services Non Personal (Base Year) CLIN 0002 Services Non Personal (Option Year 1) CLIN 0003 Services Non Personal (Option Year 2) CLIN 0004 Services Non Personal (Option Year 3) CLIN 0005 Services Non Personal (Option Year 4) All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil : FAR 52.203-13 Contractors Code of Business Ethics and Conduct FAR 52.204-99 System for Award Management Registration (Deviation) Except for awards where the Govemmentwide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DF ARS 252.204-7004, Alternate A, Central Contractor Registration. System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering 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 means the 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 the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52-212-2 Evaluation Commercial Items As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: • PAST PERFORMANCE • PRICE Technical and past performance, when combined with price, are approximately equal to cost or price. The Government reserves the right to award a contract to other than the lowest proposed price. (c) Notification of award or acceptance of an offer will be emailed to the contractor. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) FAR 52.217-8 Option To Extend Services FAR 52.217-9 Option To Extend The Term Of The Contract FAR 52.219-8 Utilization of Small Business Concerns FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans, FAR 52.222-36 Affirmative Action For Workers with Disabilities, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, FAR 52.222-41 Service Contract Act of 1965, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.222-54 Employment Eligibility Verification, FAR 52.239-1 Providing Accelerated Payment to Small Business Subcontractors, DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. As prescribed in 232.7004(a), use the following clause: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) Site visits shall be scheduled during normal business hours on March 20, 2013. POC for site visits is MSgt Michael Talley (michael.talley@ang.af.mil) Phone: 901-291-7565 Please Note: Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Questions must be submitted to Chris Pease, Contracting Officer, via email, no later than Thursday, March 21, 2013 at 3:00pm Central Standard Time (CST). Prospective contractors must have both their registration and Representations and Certifications complete and current in SAM: https://www.sam.gov/portal/public/SAM/ prior to award of a government contract. Additionally, the offeror shall comply with the DARS clause at 252.232-7003 Electronic Sbumission of Payment Requests and Receiving Reports (Mar 2008). Recommend registering immediately in order to be eligible for timely award. Vendor shall submit their quote on time. Quotes submitted after the submission deadline will not be considered for award process. Check for advertisement modification in FedBizOps. For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page: http://www.fbo.gov. NO paper copies of the solicitation will be furnished. Please provide your Dun and Bradstreet number (DUNS), tax identification number and CAGE code with your quote. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. All offers are due by Monday, March 25, 2013 at 3:00pm Central Standard Time (CST) by email to: christopher.pease@ang.af.mil. Point of contact for this solicitation is Chris Pease, Contracting Officer, email: christopher.pease@ang.af.mil Phone (901) 291-7109. Anticipated award date will be on or about 29 MAR 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-13-Q-0001/listing.html)
- Place of Performance
- Address: TN Air National Guard, 164th Airling Wing, 4593 Swinnea Road, Bldg. 4607, Memphis, Tennessee, 38118-7101, United States
- Zip Code: 38118-7101
- Zip Code: 38118-7101
- Record
- SN03013048-W 20130317/130315234443-a9e37fccefbbf1e8cf4042b683890b27 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |