MODIFICATION
S -- Contract Meals during Unit Training Assemblies (UTAs)
- Notice Date
- 12/12/2014
- Notice Type
- Modification/Amendment
- NAICS
- 722320
— Caterers
- Contracting Office
- 102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
- ZIP Code
- 02542-5028
- Solicitation Number
- W912SV-15-T-0004
- Response Due
- 12/16/2014
- Archive Date
- 2/10/2015
- Point of Contact
- Kerry Wells, 508-968-4978
- E-Mail Address
-
102 IW/MSC
(kerry.wells@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 services 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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W912SV-15-T-0004. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 102d Intelligence Wing, Contracting Office, 156 Reilly Street - Box 8, Otis Air National Guard (ANG) Base, Massachusetts 02542-1330. This solicitation is issued as Total Small Business Set-Aside; the associated North American Industry Classification System (NAICS) code is 722320 and size standard is $7.5 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-78 effective 25 Nov 2014 and DFARS Publication Notice 20141113 effective 13 Nov 2013. Service Contract Act of 1965 Wage Determination 95-0051 (Rev.-29) posted on www.wdol.gov on 08/05/2014 in applicable to the performance of this requirement. Description of Requirements: The 102d Intelligence Wing (IW) located on Joint Base Cape Cod (JBCC), Massachusetts has a requirement to procure a non-personal service to include all provide plant, labor, supervision, equipment, materials, transportation, and quality control necessary to provide Contract Lunch Meals during Unit Training Assemblies (UTAs) with a not to exceed (NTE) 450 people per day as defined in the attached Performance Work Statement (PWS) and Annex A, Installation Menus, to the 102IW, Building 159, Arnold Hall Dining Facility, Otis ANG Base, MA. The requirement is intended to be awarded as a single, lowest price, technically acceptable, firm-fixed price contract without discussions. NOTE: In accordance with FAR 52.232-18 Availability of Funds, this solicitation and any resulting award is contingent upon the availability of funds for fiscal year 2015 for each period of performance identified below. The following periods of performance are as follows: 10 & 11 January 2015; 7 & 8 February 2015; 5 thru 8 (4 Days) March 2015; 11 & 12 April 2015; 2 & 3 May 2015; 6 & 7 June 2015; 29 & 30 August 2015; and 12 & 13 September 2015. Serving Hours for each performance period is from 1045AM-1230PM. Prices offered must be valid and remain in effect for the period of performance as stated above. Offers must be submitted in accordance with the solicitation attached to this Combined Synopsis/Solicitation. EVALUATION FACTORS: The award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) Price and (2) Past Performance. Evaluation factors will be weighed equal. Each offeror shall submit Past Performance Information on at least three (3) contracts performed within the last five (5) years for services comparable to the government's requirement demonstrating your ability to perform the proposed effort. Offeror's are authorized to provide information on problems encountered on the referenced (identified) contracts to include corrective actions taken by the offeror as remedy. Offerors are cautioned that the Government will use data provided by each offeror in the evaluation of past performance. The information must include: 1. Contract Number 2. Company Name and Address 3. Company Point of contact, with phone and/or email contact information. 4. Type of Service Performed 5. Estimated Contract/Performance Value 6. Period of Performance ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached solicitation document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. SUBMITTAL REQUIREMENTS: If your company is interested in competing for this requirement, please review this announcement and attachments carefully. Quotes must be submitted using the attached solicitation document with the following completed criteria and failure to provide all requested information per this announcement may cause your offer to be considered non-responsive: 1. Block 12 - Discount Terms. 2. Block 17a - Contractor/Offeror: Name, Address, Phone Number, POC with email, Cage Code, DUNS, and Tax Id Number. 3. Item NO 0001 through 0008 - Unit Price, Amount, and Net Amount. 4. FAR CLAUSE 52.212-3, Offeror Reps and Certs (Full Text Clause included in Solicitation Document). 5. FAR CLAUSE 52.219-1, Small Business Program Representations (Full Text Clause included in Solicitation Document). 6. FAR CLAUSE 52.222-22, Previous Contracts and Compliance Reports (Full Text Clause included in Solicitation Document). Responses for this announcement are due NLT 1:00 PM EST on 16 DEC 2015. The completed Solicitation to included Submittal Requirements mentioned above and Past Performance Information must be submitted via email no later than (NLT) the date and time specified to kerry.wells@ang.af.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and are submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kerry.wells@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-15-T-0004/listing.html)
- Place of Performance
- Address: 102 IW/MSC 158 Reilly Street, Room 228, Box 8 Otis ANG Base MA
- Zip Code: 02542-5028
- Zip Code: 02542-5028
- Record
- SN03595385-W 20141214/141212234739-5d07b9d0752265cddc43288235ec282c (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 |