SOLICITATION NOTICE
S -- Catered Meals for The Oregon Army National Guard at Umatilla Army Depot in Hermiston, Oregon.
- Notice Date
- 4/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- 10495166
- Response Due
- 5/27/2014
- Archive Date
- 6/26/2014
- Point of Contact
- David E. Cleland, 503-584-3435
- E-Mail Address
-
USPFO for Oregon
(david.cleland@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation is 10495166 and is issued as a Request for Proposal (RFP). Request for Proposals are due by 27 May 2014 1 p.m. (PST). The RFP will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 722320. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting proposals to procure the following supply or services: The Oregon Army National Guard requires approximately 2,125 breakfast and 898 dinner meals between 15 June-28 June 2014 to support the 41st BN Main body Echelon at Umatilla Army Depot in Hermiston, Oregon. The meals will be prepared and served on Umatilla Army Depot at determined location. Reference the attached the performance work statement and quality assurance surveillance plan. THERE IS NO KITCHEN ON UMATILLA ARMY DEPOT. THERE IS NOT A GOVERNMENT KITCHEN AVAILABLE FOR USE BY THE CONTRACTOR ON UMATILLA ARMY DEPOT REFERENCE THE PERFORMANCE WORK STATEMENT FOR SPECIFIC REQUIREMENTS REGARDING THIS PROJECT PRIOR TO SUBMITTING A PROPOSAL. CLIN 0001: Breakfast Meals Provide 2125 catered breakfasts for the Oregon Army National Guard in Hermiston, OR in accordance with the attached performance work statement. CLIN 0002: Dinner Meals Provide 898 catered dinners for the Oregon Army National Guard in Hermiston, OR in accordance with the attached performance work statement. Requirements for your proposal: Please submit a proposal on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your proposal: cage code, Tax ID number, company name, phone number, contact, and email. Evaluation Factors: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non cost factors. The lowest price technically acceptable process does not permit tradeoffs between price and non-price factors. Proposals will be evaluated for acceptability, but not ranked. In order to receive the award, the successful offeror must obtain achieve a rating of acceptable in every non cost factor. 1.0 Non-cost factors include: 1.1. Technical. The purpose of the technical factor is to assess whether the offeror's proposal will satisfy the Government's minimum requirements. Contractors shall submit the following with the proposal: a. Proposed menu. Contractors shall demonstrate their understanding of the requirements listed in the Performance Work Statement in Paragraph 2.0 by including a proposed menu for all meals. b. Adequate resources. Contracts shall demonstrate that they have adequate and properly skilled/trained employees as well as equipment to meet the requirements of the performance work statement and this solicitation. Contractor shall include a listing of the employees they propose to use on this project and a listing of the resources they will provide to meet the solicitation/contract requirements. 1.2 Technical Acceptable / Unacceptable Ratings: a. Acceptable: Proposal clearly meets the minimum requirements of the solicitation. b. Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation. 1.2.1 Past Performance: The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. 1.2.2 The evaluation should take into account past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement. Contractors shall demonstrate relevant and recent past performance on similar projects within the last 5 years from the date of this solicitation. Contractors shall submit information regarding these projects to include the following: 1.) Description of the scope of services to include contract number 2.) Agency the services were provide to and agency Point of Contact 3.) Total dollar amount of project. 1.2.3. Past Performance Evaluation Ratings: a. Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. b. Unacceptable: Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully 1.2.4 The Government reserves the right to obtain past performance from other sources to include, but not limited to, PPIRS or other databases and contacting other agencies. 1.3 Price: Price analysis will be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offeror. 1.3.1 Offerors are to submit a proposed price for Contract Line Item 0001, and Contract Line Item 0002. Offerors must be registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION). FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item quote mark all or none quote mark. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.211-7003 Item Identification and Valuation, 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 DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. This announcement is the solicitation which will result in a firm fixed-price contract. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. FAR 52.208-9--Contractor Use of Mandatory Sources of Supply or Services (Oct 2008) (a) Certain supplies or services to be provided under this contract for use by the Government are required by law to be obtained from nonprofit agencies participating in the program operated by the Committee for Purchase From People Who Are Blind or Severely Disabled (the Committee) under the Javits-Wagner-O'Day Act (41 U.S.C. 48). Additionally, certain of these supplies are available from the Defense Logistics Agency (DLA), the General Services Administration (GSA), or the Department of Veterans Affairs (VA). The Contractor shall obtain mandatory supplies or services to be provided for Government use under this contract from the specific sources indicated in the contract schedule. (b) The Contractor shall immediately notify the Contracting Officer if a mandatory source is unable to provide the supplies or services by the time required, or if the quality of supplies or services provided by the mandatory source is unsatisfactory. The Contractor shall not purchase the supplies or services from other sources until the Contracting Officer has notified the Contractor that the Committee or an AbilityOne central nonprofit agency has authorized purchase from other sources. (c) Price and delivery information for the mandatory supplies is available from the Contracting Officer for the supplies obtained through the DLA/GSA/VA distribution facilities. For mandatory supplies or services that are not available from DLA/GSA/VA, price and delivery information is available from the appropriate central nonprofit agency. Payments shall be made directly to the source making delivery. Points of contact for AbilityOne central nonprofit agencies are: (1) National Industries for the Blind 1310 Braddock Place Alexandria, VA 22314-1691 (703) 310-0500; and (2) SourceAmerica 8401 Old Courthouse Road Vienna, VA 22182 (571) 226-4660. (End of clause) Point of Contact: Offerors can submit their proposal to: David Cleland at david.e.cleland4.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10495166/listing.html)
- Place of Performance
- Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
- Zip Code: 97309-5008
- Zip Code: 97309-5008
- Record
- SN03348837-W 20140427/140425234155-87a08261e12083e36cac9265b2ce35d5 (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 |