SOLICITATION NOTICE
89 -- CATERED MEALS FOR TRAINING
- Notice Date
- 12/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- 188 FW/MSC, 4850 Leigh Avenue, MAP, Fort Smith, AR 72903-6096
- ZIP Code
- 72903-6096
- Solicitation Number
- W912JF-14-T-0002
- Response Due
- 1/2/2014
- Archive Date
- 2/2/2014
- Point of Contact
- Robin Swaim, 479-573-5258
- E-Mail Address
-
188 FW/MSC
(robin.swaim@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. This is a combined synopsis/solicitation for catered meals, in support of 188TH Fighter Wing, Arkansas Air National Guard, Fort Smith, AR 72903, prepared in accordance with the format in Subpart 12.6, as supplemented with Request for Quote and Performance Work Statement included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. This requirement is a total Small Business set-aside. The NAICS code is 722320, Caterers, Size Standard is $7.0 Million. The contractor shall provide all plant, labor, materials, and transportation necessary to cater and serve meals to Air National Guard personnel 26 January 2014 through 20 May 2014 as specified in the attached statement of work. Contractor will provide 3 meal events (Breakfast, Lunch and Dinner) everyday in 2 week intervals when training is being conducted. Each meal event must feed between 15 and 35 individuals and be delivered FOB Destination. The tentative dates of training will be provided. Only one quote per offeror will be considered. 2. Third party providers shall include the additional information requested in the following lettered paragraphs (a through c). Failure to provide this information with any quote may deem the quote to be technically unacceptable and/or non-responsive. For a proposal submitted by an offeror that is not a caterer, the offeror must provide the following: a. A separate document describing the technical approach for the offerors services as a prime contractor. The technical approach must state that a representative from the third party will be available full-time during the inclusive dates of the catering requirement. The technical approach must include the third party's catering representative's name and contact information; and b. A copy of a signed written agreement between the third party offeror and a catering representative (who has the authority of the caterer) which states that the third party has been given the authority to propose a quote for the stated caterer. The agreement must state the required period of performance and that the caterer has the ability to perform for the stated period of performance. This agreement must not be dated before the date of this solicitation and no later than the offer due date; and c. A copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. The anticipated award will be a Firm-Fixed Price (FFP) type contract. Award shall be made to a single offeror. The Government reserves the right to make no award under this procedure. All late quotes will be rejected. 4. The Government may make additions or deletions to the number of meals required during the contract period, and will provide a 24-hour notice to the contractor; the Government will not be liable for any meals cancelled at least 24 hours prior to the stated need. This notification serves to reduce food waste and allow the contractor to properly adjust for actual quantities. 5. The Federal Government is tax exempt. 6. See the attached Statement of Work for the complete requirement. 7. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items - Due to the unknown budget situation this solicitation represents known requirements of the government at the time of issuance. This solicitation may be significantly reduced by time of award and further reduced after time of award. The availability of federal funding will directly affect the number of participants and will be reflected as part of the requirement. FAR clause 52.232-18 Availability of Funds is included in this solicitation. To ensure timely equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors shall assume that the Government has no prior knowledge of their experience, and will base its evaluation the information presented in the offerors proposal. Provide the following as separate documents: Volume I: Eligibility, Technical Capability, Past Performance Volume II: Pricing Volume I Composition: ELIGIBILITY - Proof of Active SAM Registration, TECHNICAL CAPABILITY - 14-Day Sample Menu (Breakfast, Lunch, Dinner), The menu proposed may vary from the sample menu in the Statement of Work, but must be commensurate with the level of variety and appropriate portioning sizes. Technical capability shall demonstrate how the offeror will meet the requirements of the Statement of Work. This includes location of preparation, transportation, serving and quality assurance PAST PERFORMANCE - Offeror shall furnish three verifiable past references that demonstrate proof of capability to support this requirement. For each example, provide meal count served, date of event and point of contact with phone and/or email address for verification purposes. Volume II Composition: PRICING - Complete the attached pricing document titled: quote mark Meals Quote Sheet quote mark. ONLY ELECTRONIC PROPOSALS WILL BE ACCEPTED. All proposals must be received by the contracting specialist via electronic mail no later than the offer due date and time listed. All questions regarding the solicitation, to include the Performance Work Statement, must be submitted in writing by 16-DECEMBER-2013, 2:00pm CST. Electronic offers and all questions regarding the solicitation must be submitted by electronic mail to: rachael.parker@ang.af.mil. Emails pertaining to this solicitation shall have the subject: quote mark W912JF-14-T-0002, Company Name 1 of 3 quote mark etc. Emails larger than 4MB shall be broken into smaller files and sent individually. Offerors shall submit all parts to be technically accurate with valid pricing for a period of 60-days past the posted solicitation date. Offerors are hereby notified that their proposals shall satisfy all of the above listed evaluation elements. Failure to satisfy any one, or combination of, or all of the above listed elements and standards may automatically render the entire offer as quote mark Unacceptable quote mark FAR 52.212-2 Evaluation -- Commercial Items (JUL 2013) (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. BASIS OF AWARD: This acquisition will be procured using FAR 13.106-2(b). This may result in award to other than the lowest offer received. The following factors shall be used to evaluate offers: price, technical capability, and past performance. All evaluation factors other than cost or price are approximately equal to cost or price. Technical capability will be determined by review of the information submitted by the offeror which must provide sufficient technical information necessary for the Government to conclusively determine that the offered items and services meet the technical requirements of the Statement of Work. Price will be evaluated on cost per individual per day. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 ALT I, Offeror Representations and Certifications -- Commercial Items 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 FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Re-representation FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (MAR 2012) FAR 52.222-21, Prohibition of Segregated Facilities 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 52.222-37, Employment Reports on Veterans FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-50, Combating Trafficking Persons FAR 52.232-18 Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (July 2013) DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252-212-7001 Contract Terms and Conditions Required to implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov to be considered for award. 52.204-7 System for Award Management (Jul 2013) (a) Definitions. As used in this provision- quote mark Data Universal Numbering System (DUNS) number quote mark means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. quote mark Data Universal Numbering System+4 (DUNS+4) number quote mark 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 System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. quote mark Registered in the System for Award Management (SAM) database quote mark means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record quote mark Active quote mark. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation quote mark DUNS quote mark or quote mark DUNS+4 quote mark followed by the DUNS or DUNS+4 number that identifies the offeror' s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror 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 offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror 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) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. 52.252-1 --Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-00004) (OCTOBER 2013) (a)In accordance with section lOl(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1)Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2)Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b)The Offeror represents that- (1)It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2)It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.232-18 - Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Any award made pursuant to this solicitation is subject to the availability of funding. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. The deadline for questions regarding this combined/synopsis solicitation is 16 December 2013 no later than 2:00 p.m. CST. Questions should be emailed to TSgt Rachael Parker, e-mail: Rachael.parker@ang.af.mil/ All Questions and Answers will be posted, on a non-attribution basis as an amendment to the RFQ. All quotes must be sent to TSgt Rachael Parker e-mail Rachael.parker@ang.af.mil; Quotes are required to be received not later than 02-January-2014 12:00pm CST. Facsimile quotes will not be accepted. Point of Contact for this combined synopsis/solicitation is TSgt Rachael Parker; e-mail Rachael.parker@ang.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03-1/W912JF-14-T-0002/listing.html)
- Place of Performance
- Address: 188 FW 4850 Leigh Avenue, MAP Fort Smith AR
- Zip Code: 72903-6096
- Zip Code: 72903-6096
- Record
- SN03245190-W 20131206/131204234134-330145dc5923555f38702567f9f51b6b (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 |