MODIFICATION
S -- Vigilant GuardExercise Subsistence Support - SOW Section 4 Modification
- Notice Date
- 4/12/2018
- Notice Type
- Modification/Amendment
- NAICS
- 722320
— Caterers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-18-Q-0042
- Archive Date
- 5/10/2018
- Point of Contact
- Gilberto Resto,
- E-Mail Address
-
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a modification to the SOW section 4 (Daily Meal Plans and Headcounts) Vigilant Guard Exercise Subsistence Support Solicitation Number: W912K6-18-Q-0042 Notice type: Combine Synopsis/Solicitation Response Date: April 25, 2018 at 10:00 AM EST Set Aside: Total Small Business Classification Code : S - Utilities and Housekeeping Services NAICS Code: 722 Food Services and Drinking Places/ 722310 Food Service or 722320 Caterers Subject: The scope of this procurement is to provide timely, high quality meals cooked under commercial standards and high quality customer service to National Guard soldiers during the Vigilant Guard Exercise. Purpose: Maryland Army National Guard proposes to enter into a Firm-fixed Price contract to procure catered meals in accordance with the attached Performance Work Statement. Synopsis: "PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED." This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) 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. Solicitation W912K6-18-Q-0042 is issued as a request for quotation (RFQ). The result of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a 100% small business set-aside. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-97. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. Offer/Bid must be valid for 30 days. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://farsite.hill.af.mil/ MDARNG requires the following dates and meals (Breakfast, Dinner) as follow: CLIN DESCRIPTION U/I QTY PRICE EXT. PRICE 0001 Dinner May 7, 2018 from 4:30 PM to 6:00 PM EST 425 Members EA 460 ______ _________ 0002 Breakfast May 8, 2018 from 6:30 AM to 8:00 AM EST for 425 members EA 460 ______ _________ 0003 Dinner May 8, 2018 from 4:30 PM to 6:00 PM EST for 425 members EA 460 _______ _________ 0004 Breakfast May 9, 2018 from 6:30 AM to 8:00 AM EST for 425 members EA 460 _______ _________ 0005 Dinner May9, 2018 from 4:30 PM to 6:00 PM EST for 425 members EA 460 _______ _________ 0006 Breakfast May 10, 2018 from 6:30 AM to 8:00 AM EST for 425 members EA 460 _______ _________ 0007 Dinner May 10, 2018 from 4:30 PM to 6:00 PM EST for 150 members EA 180_______ _________ Total 2940 Contract Type and Evaluation Criteria : Award will be made to the responsive and responsible offeror whose offer results in the Lowest Price Technically Acceptable. The North American Industry Classification System (NAICS) is 722310-Food Service with small business standard $38.5 million or 722320-Caterers with small business size standard $7.5 million Destination/Delivery: Shipping will be Free on Board (FOB) Destination to: Maryland Army National Guard C/O Vigilant Guard Exercise Brigade Street Gunpowder Maryland, 21010 Period of Delivery: Five (5) Days ARO. Notes: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. New registration may now take several days to become active depending on (1) the information provided passing existing validations and (2) the entity's successful delivery of the required notarized letter. Information concerning the notarized letters can be found at: https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183 The solicitation and associated information will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Applicable Clauses/Regulations: 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/ 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.204-7, System for Award Management. 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information System 52.204-22, Alternative Line Item Proposal. 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-13, Notice of Set-Aside Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Representations. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222.37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Acts 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment 52.222-50, Contracting Trafficking in Person 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-1, Biobased Product Certification 52.223-2, Affirmative Procurement of Biobased Products Under Service or Construction Contracts 52.223-5, Pollution Prevention and Right to Know Information 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations 52.232-33, Payment by Electronic Funds Transfer 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.225-7001, Buy American and Balance of Payments Program 252.225-7048, Export-Controlled Items+ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Site Visit: No site visit required. Quotes shall be submitted by email to Mr. Gilberto Resto, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than April 25 2018, 10:00 AM EST. Quotes shall be clearly marked RFQ W912K6-18-Q-0042. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Mr. Gilbert Resto at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than April 18, 2018 at 10:00 AM EST. Questions not received within the allowable time may not be considered. Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address: USP&FO for Maryland, Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078-4003 United States Primary Point of Contact: Mr. Gilberto Resto Contract Specialist ng.md.mdarng.list.uspfo-arpc@mail.mil ATTACHEMENTS: 1. Performance Work Statement (PWS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-18-Q-0042/listing.html)
- Record
- SN04887186-W 20180414/180412230739-9a5a75343e42b396b5ae60588372a850 (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 |