SOLICITATION NOTICE
S -- CANCELED - RTI Catered Meals 22 April � 14 May 2020
- Notice Date
- 4/8/2020 1:13:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- W7NJ USPFO ACTIVITY MO ARNG JEFFERSON CITY MO 65101-1200 USA
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS-20-Q-3003
- Response Due
- 4/3/2020 8:00:00 AM
- Archive Date
- 04/18/2020
- Point of Contact
- Joshua Taylor, Phone: 5736389629, Craig L. Lueckenotto, Phone: 573638950039627
- E-Mail Address
-
joshua.a.taylor64.mil@mail.mil, craig.l.lueckenotto.civ@mail.mil
(joshua.a.taylor64.mil@mail.mil, craig.l.lueckenotto.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS REQUIREMENT HAS BEEN CANCELLED (24 MAR 2020)��� SHOULD THIS REQUIREMENT BE NEEDED AT A LATER DATE IT WILL BE RESOLICITED UNDER A NEW SOLICITATION NUMBER. This is a request for Quote (RFQ) W912NS-20-Q-3003 � RTI Catered Meals 22 April � 14 May 2020 � Camp Crowder 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. The solicitation number is W912NS20Q3003 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 722320 with a small business size standard of $8.0 Million. This requirement is a small business set-aside and only qualified offerors may submit a quote. Product Service Code S203 -�Food Services. All proposals shall reference the RFQ number and shall be submitted by 10:00 A.M central time on 3�April 2020. The anticipated award date is no later than 9 April 2020. The following commercial supplies are requested (see enclosed Statement of Work (SOW)). Please utilize below Contract Line Item Number (CLIN) when submitting proposal. Please provide individual meal price as well as a total price for each CLIN as well as a total bid price. CLIN: 0001: 23 April � 14 May = 3656 Breakfast Meals, Serving time 05:15 or 5:15 am CLIN: 0002: 23 April � 14 May = 836 Lunch Meals, Serving time 11:30 or 11:30 am CLIN: 0003: 22 April � 14 May = 4744 Dinner Meals, Serving time 17:30 or 5:30 pm Deliveries shall be�made to Camp Crowder in Neosho Missouri 64850-9167. See attached Statement of Work for details about this requirement. If changes are required post award, it will require a bilateral contract modification pursuant to FAR 52.212-4(c) issued by the Contracting Office within awarded vender's policy provided above. Proposal Submission Instructions: Please submit your quote on a Company Letter Head (include CAGE). All quotes must contain a meal plan/menu. If Caterer is not located from Missouri, vender must provide a detailed plan of execution to�explain where food will be stored and prepared. Offeror's questions or quotes shall be electronically submitted by email to joshua.a.taylor64.mil@mail.mil ATTN: Joshua Taylor. All quotes shall be submitted by 10:00 A.M./1000 central time on 3 April 2020. Question Submission Deadline: Interested offerors shall submit any questions concerning the combined synopsis/solicitation at the earliest time possible, but no later than 15:00/3:00 P.M. central time on 1 April 2020. Questions received after this date and time will only be considered if it is determined by the Contracting Officer to be in the best interest of the Government. Basis of Award: Price only The following provision and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems, FAR 52.204-22 Alternative Line Item Proposal, FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation � Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-5 Contract Terms and Conditions Required To Implement statutes or Executive Orders--Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-3, 52.222-19, 52.222-21, 52.219-6 Notice of Total Small Business Set aside 52.222-26, 52.222-41, 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Certification, 52.222-50, 52.222-52 Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services- Certification, 52.222 62 Paid Sick Leave under Executive Order 13706, 52.223-5, 52.223-18, 52.225-13, and 52.232-33, FAR , FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses(if Deviation). DFARS 252.201-7000 Contracting Officer's Representative, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.203-7999 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010), 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information, 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.223 7008 Prohibition of Hexavalent Chromium, 252.225-7000 Buy American - Balance of Payments Program Certificate DFARS 252.225-7001 Buy American and Balance of Payments Program, 252.225-7031 Secondary Arab Boycott of Israel, 252.225-7036 Alt I Buy American- Free Trade Agreements Balance of Payments Program, 252.225-7048 Export Controlled Items, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, 252.239-7001 Information Assurance Contractor Training and Certification, DFARS 252.244-7000 Subcontracts for Commercial Items, 252.247-7023 Transportation of Supplies by Sea.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/196f383d3baa4ac188e9b2f011dd63ab/view)
- Place of Performance
- Address: Neosho, MO 64850, USA
- Zip Code: 64850
- Country: USA
- Zip Code: 64850
- Record
- SN05614350-F 20200410/200408230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |