SOLICITATION NOTICE
S -- Food Services Support - Attachments
- Notice Date
- 11/21/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 152 MSG/MSC, NV ANG, 1776 NATIONAL GUARD WAY, RENO, Nevada, 89502-4494, United States
- ZIP Code
- 89502-4494
- Solicitation Number
- W9124X-18-Q-5002
- Archive Date
- 1/5/2018
- Point of Contact
- Alex T. Norris, Phone: 7757884663, Jason C. Huth, Phone: 7757884662
- E-Mail Address
-
alex.t.norris.mil@mail.mil, jason.c.huth.mil@mail.mil
(alex.t.norris.mil@mail.mil, jason.c.huth.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4 - Wage Determination 2015-5595 Revision 3 - 20170803 Attachment 3: Performance Work Statement (PWS) Attachment 2: Incorporated Provisions and Clauses Attachment 1: Pricing Schedule Solicitation Number: W9124X-18-Q-5002 (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number W9124X-18-Q-5002 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017 and Defense FAR Supplement Publication Notice 20161222 effective 22 Dec 2016. It is the contractors' responsibility to be familiar with applicable clauses and provisions. (iv) This requirement is solicited under Total Small Business Set-Aside under NAICS 722310, Food Service Contractors, FSC: S203, small business size standard $38.5M. The Nevada Air National Guard intends to establish a Firm Fixed Price (FFP) contract for the acquisition of Food Services Support as described below and in accordance with the Performance Work Statement (PWS): CLIN 0001: Food Service Support (Base Year) IAW PWS Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0002: CMRA (Base Year) IAW PWS Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0003: Orientation Training IAW PWS Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0004: Food Service Support (Option Year #1) IAW PWS Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0005: CMRA (Option Year #1) IAW PWS Quantity Unit of Issue Unit Price Extended Price 1 J Job ___________ ___________ CLIN 0006: Food Service Support (Option Year #2) IAW PWS Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ CLIN 0007: CMRA (Option Year #2) IAW PWS Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ GRAND EXTENDED TOTAL ___________ ** 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.** IAW with FAR clause 52.232-18 (v) Schedule of Supplies/Services: The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 or an alternative quote in its entirety and return with any other documentation / data required by this Combo. (vi) Provision 52.212-1, Instructions to Offerors: The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (vii) Provision 52.212-2, Evaluation Factors: The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Basis for Award: Lowest Price that meets salient physical, functional, or performance characteristics. Price: Evaluation of price will consider the total of the prices, as the sum of the prices of all contract line items (CLINs). Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six‐month extension IAW the clause FAR 52.217‐8 will be evaluated at the pricing. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Past Performance: References shall be provided for all Food Services Support (i.e. Mess Attendant services and cooks), recent and relevant to the PWS. Recent is defined as continuous service in the last three (3) years. Evaluation of past performance will be conducted using the Government's knowledge of previous experience with the contractor on the service being acquired, Government wide Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) or any other sources available. References to Past Performance shall include a point of contact, the contract number, initial contract cost, period of performance, and population serviced. References shall be limited to a maximum of two (2) pages. Technical Factors: Quoters shall provide a Technical Approach document, to consist of an Equipment Plan, a Staffing Plan, discussion of how staff and equipment will be scheduled and managed to accomplish requirements. The Technical Approach document shall be limited to five (5) pages. Technical and past performance, when combined, are equal to price. (viii) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (ix) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (x) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the provisions and clauses at Attachment 2 apply to this acquisition. (xi) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xii) NOTICE TO ALL INTERESTED PARTIES: The offeror may submit questions requesting clarification of solicitation requirements to the Nevada Air National Guard Contracting Office via email at: usaf.nv.152-aw.list.fal-msc-contracting@mail.mil. An amendment will be issued answering all questions received, providing the Government's answers. All responsible sources may submit a quotation which shall be considered by the agency. Respond via email at usaf.nv.152-aw.list.fal-msc-contracting@mail.mil no later than Thursday, December 21st, 2017 by 3:00 PM PST. (xiii) The POC for this solicitation is: SMSgt Jason C. Huth and TSgt Alex Norris (775) 788-4662 or (775)788-4663 jason.c.huth.mil@mail.mil or alex.t.norris.mil@mail.mil List of Attachments: - Attachment 1: Pricing Schedule - Attachment 2: Incorporated Provisions and Clauses - Attachment 3: Performance Work Statement (PWS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26-1/W9124X-18-Q-5002/listing.html)
- Place of Performance
- Address: 152 FSS Building 111, Nevada Air National Guard Base, 1776 National Guard Way, Reno, NV, Reno, Nevada, 89502, United States
- Zip Code: 89502
- Zip Code: 89502
- Record
- SN04745830-W 20171123/171121230850-a74c1f298d60e68e1cea3b403165de81 (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 |