SOLICITATION NOTICE
S -- Mess Attendant Services - Attachment 4 - Attachment 1 - Attachment 2 - Attachment 3
- Notice Date
- 8/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- FA4830-13-Q-0042
- Point of Contact
- Joseph D. Pittman, Phone: 229-257-4715, Carl T. Massey, Phone: 229-257-4722
- E-Mail Address
-
joseph.pittman.5@us.af.mil, carl.massey.2@us.af.mil
(joseph.pittman.5@us.af.mil, carl.massey.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Moody Instructions Collective Bargaining Agreement (CBA) Documents Performance Work Statement (PWS) Pricing Schedule This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-13-Q-0042 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2013-0327. The North American Industry Classification System (NAICS) is 722310. The small business size standard is $35.5 million. This acquisition will be set aside 100% for small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-2. Description: The purpose of this solicitation is to acquire Mess/Food Attendant Services for Moody AFB in accordance with Attachment 1: Performance Work Statement (PWS). Quotations must be submitted on Attachment 4: Pricing Schedule which indicates the period of performance for each period. Attachment 2: Collective Bargaining Agreement (CBA) applies and will be incorporated in the pursuant contract. FOB Point: Destination (Moody AFB, GA.) Provision at FAR 52.212-1, Instruction to Offerors- Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, Telephone Number of Offeror; Name and Email address of Authorized representative to discuss offer; Any Discount Terms and Acknowledgement of all Solicitation Amendments (if applicable). Offerors shall insert unit prices in the attached pricing schedule and round to the nearest cent (for example $0.02 not $0.0231) and sign below indicating prices to be used. By signing, the offeror agrees with all terms, conditions, and provisions included in the solicitation. Quotations shall also contain all other documentation specified herein. Period of Acceptance of Quotation: The offeror agrees to hold the prices in its quotation firm through 30 October 2013, unless another time period is specified in an addendum to the solicitation. Late Quotations: Request for Quotations or modification of quotations received at the address specified for the receipt of quotations after the exact time specified for receipt of quotations will not be considered. All offerors must be System for Award Management (SAM) Registered and online representation and certification application (ORCA) must be activated. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The below listed Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this solicitation and pursuant contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses are incorporated by reference. FAR 52.203-3 Gratuities Apr-84 FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper May-11 FAR 52.204-7 System for Award Management Jul-13 FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards Aug-12 FAR 52.208-9 Contractor Use of Mandatory Sources of Supply or Services Oct-08 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Dec-10 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations May-12 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Feb-12 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) Jan-13 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.219-8 Utilization of Small Business Concerns Jan-11 FAR 52.219-14 Limitations on Subcontracting Nov-11 FAR 52.219-28 Post Award Small Business Program Rerepresentation Apr-12 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity for Veterans Mar-07 FAR 52.222-36 Affirmative Action for Workers with Disabilities Oct-10 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) Sep-09 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-5 Alt I Pollution Prevention and Right-to-Know Information- Alternate I May-11 FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts May-08 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.223-19 Compliance with Environmental Management Systems May-11 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement Dec-07 FAR 52.228-5 Insurance - Work On A Government Installation Jan-97 FAR 52.232-1 Payments Apr-84 FAR 52.232-11 Extras Apr-84 FAR 52.232-18 Availability Of Funds Apr-84 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03 FAR 52.232-23 Alt I Assignment of Claims - Alternate I Apr-84 FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr-84 FAR 52.237-3 Continuity Of Services Jan-91 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.248-1 Value Engineering Oct-10 FAR 52.251-1 Government Supply Sources Apr-12 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.201-7000 Contracting Officer's Representative Dec-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7006 Billing Instructions Oct-05 DFARS 252.204-7008 Export-Controlled Items Apr-10 DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders Dec-91 DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country Dec-06 DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials Apr-12 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct-11 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Mar-08 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7001 Pricing Of Contract Modifications Dec-91 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.245-7002 Reporting Loss of Government Property Apr-12 DFARS 252.245-7003 Contractor Property Management System Administration Apr-12 DFARS 252.247-7023 Transportation of Supplies by Sea May-02 DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Mar-00 The following clauses will be incorporated by full text in the pursuant contract. FAR 52.217-8 Option to Extend Services, with blank filled in indicating "thirty (30) days." Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract, with first blank indicating "fifteen (15) days"; second blank indicating "thirty (30) days"; third blank indicating "2 years, 6 months." May-89 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires - rates are as follows: Cook I, WG-6, $18.48; Cook II, WG-8, $20.41; Cashier, GS-3, $11.95; Food Sanitation Specialist, WG-2, $13.64; Salad Maker, WG-2, $13.64; Shift Leader, WG-8, $20.41; Baker, WG-8, $20.41 May-89 FAR 52.223-3 Hazardous Material Identification and Material Safety Data Jan-97 FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 FAR 52.252-6 Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) Apr-84 DFARS 252.223-7001 Hazard Warning Labels Dec-91 DFARS 252.232-7007 Limitation of Government's Obligation- to be available for fill-in in the event incremental funding is required. May-06 DFARS 252.237-7023 Continuation of Essential Contractor Services - paragraph (b) change "Mission-Essential Contractor Services" to "Attachment 1, Performance Work Statement" Oct-10 DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services - paragraph (b) change "Mission-Essential Contractor Services" to "Attachment 1, Performance Work Statement" Oct-10 AFFARS 5352.201-9101 Ombudsman Aug-10 AFFARS 5352.223-9001 Health and Safety on Government Installations Jun-97 The below listed provisions apply to the solicitation only and must be printed and returned with the offeror's quote. FAR 52.209-7 Information Regarding Responsibility Matters Feb-12 FAR 52.212-3 Offeror Representations and Certifications --Commercial Items Apr-12 FAR 52.212-3 Alt I Offeror Representations and Certifications --Commercial Items - Alternate I Apr-11 DFARS 252.212-7000 Offeror Representations and Certifications- Commercial items. Jun-05 The below listed provisions apply to the solicitation only for informational purposes and may require the Offeror to submit documentation as applicable. FAR 52.216-1 Type of Contract - fill in "Firm Fixed Price" Apr-84 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relatig to Iran--Certification Nov-11 FAR 52.233-2 Service of Protest - fill in "23 CONS/LGCB 8227 Knights Way, B706 Moody AFB, GA 31699" Sep-06 FAR 52.252-1 Solicitation Provisions Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government Jun-10 The Defense Priorities and Allocations System (DPAS) rating is S10. Response Time: Quotations will be accepted at the 23d Contracting Squadron located at 8227 Knights Way, B706, Moody AFB, GA 31699 no later than 12:00 P.M. (Noon) E.S.T. on Tuesday, 03 September 2013. All quotations shall be marked with the RFQ number and title. Email quotations, sent to both points of contact, will be accepted and are encouraged; however, no facsimile quotations will be accepted. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose quotation is judged to represent the best value to the Government, based on price and past performance equally weighted. Primary Point of Contact: Joseph D. Pittman, Email: joseph.pittman.5@us.af.mil, Phone: 229-257-4715 Alternate Point of Contact: Carl T. Massey, Email: carl.massey.2@us.af.mil, Phone: 229-257-4722 ATTACHMENTS: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Collective Bargaining Agreement (CBA) Documents Attachment 3 - Moody Instructions Attachment 4 - Pricing Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-13-Q-0042/listing.html)
- Place of Performance
- Address: 8227 Knights Way, Bldg 706, Moody AFB, Georgia, 31699, United States
- Zip Code: 31699
- Zip Code: 31699
- Record
- SN03159452-W 20130824/130823000455-408c483ab0641fdb1543194d47295320 (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 |