Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
MODIFICATION

S -- NCCC SR CATERING SERVICES-Blanket Purchase Agreement

Notice Date
5/29/2020 9:58:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
CORPORATION FOR NTL COMM SERVICE WASHINGTON DC 20525 USA
 
ZIP Code
20525
 
Solicitation Number
95332A20Q0019
 
Response Due
6/15/2020 7:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Stacey Polk
 
E-Mail Address
spolk@cns.gov
(spolk@cns.gov)
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items), 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. This requirement is being processed utilizing the procedures in FAR Subpart 13.5 Simplified Acquisition Procedures for Certain Commercial Items. 2. Solicitation number is 95332A20Q0019 and is being issued as a Request for Quotes (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2020-06, dated 05-06-20. 4. The associated NAICS code is 722320 and this procurement�is not being set-aside for small businesses. 5. CNCS intends to award multiple firm fixed price Blanket Purchase Agreements (BPAs) for the procurement of Catering Services for the Corporation for National and Community Services (CNCS). Location of Work: Vicksburg, MS The Statement of Work, labeled as Statement of Work SR Catering BPA, is provided as an attachment to this notice. QUESTION DUE DATE:� All questions shall be submitted no later than Monday June 8, 2020 at 10am. Eastern Standard Time (EST) via email to Stacey Polk at spolk@cns.gov.� Questions submitted after this date and time will not be answered.� QUOTE DUE DATE: All technical quotes (Volume I) and price quotes (Volume II) In response to this solicitation are to be received no later than Monday, June 15, 2020 at 10am Eastern Standard Time (EST).� Responses received after this date and time will be considered non-responsive, in accordance with (IAW), Federal Acquisition Regulation (FAR) 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids.� The single point of contact to submit quotes for this requirement is Stacey Polk, spolk@cns,gov. All email correspondence MUST REFERENCE THE SOLICITATION NUMBER, 95332A20Q0019, IN THE SUBJECT LINE. All submissions must include two separate electronic files. Volume I will be the technical proposal with no pricing information included. Volume II will contain all pricing information. Quotes must be emailed to Stacey Polk at spolk@cns.gov.� Please reference the solicitation number 95332A20Q0019 on your quote. Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions.� Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. The Government intends to award multiple firm fixed price Blanket Purchase Agreements (BPAs) after an evaluation is conducted in accordance with the technical factors contained in this solicitation. All contractors are expected to be registered in the System for Award Management (SAM) FAR 52.204-99 System for Award Management Registration (August 2012) (DEVIATION) https://www.sam.gov.� The contractor�s failure to be registered in the SAM system will render them ineligible to receive any Government Contracts. The technical evaluation criteria set forth below have been developed and have been tailored to the requirements outlined in the Statement of Work. The contractor is informed that the criteria: (1) serve as the standard against which all quotes will be evaluated; and (2) serve to identify the significant matters which the Contractor should specifically address in complying with the requirements of this solicitation. In order to be considered for award, the contractor must be determined to be technically acceptable. Criteria are judged on an Acceptable-Unacceptable basis only. No other rating or qualitative value will be assigned. To be determined technically acceptable, all technical factors must be rated acceptable for the technical quote. Any technical proposal that does not receive an acceptable rating for all factors, including sub-factors, will receive an unacceptable rating for the technical quote. All factors/subfactors are equal in weight; Awards will be made to reasonably-priced, technically acceptable, responsible contractors.� The lack of a relevant performance record may result in an unknown performance risk assessment, which will result in the quoter being evaluated neither favorably nor unfavorably for past performance and the quoter will receive a neutral rating which equates to Acceptable. The contractor will provide a technical overview of their abilities to provide Catering Services. The technical quote must validate the technical factor(s) described herein. The vendors must submit a technical proposal that demonstrates technical capability to validate current technical qualifications and certifications for the following Factors: The Corporation will evaluate proposals based on the following technical factors: Factor 1. Management Approach and Technical Capabilities. Evaluation of this factor will be based on the information contained in the technical proposal that demonstrates the degree of the Offeror�s understanding of the requirement and soundness of the Offeror�s proposed methodology to accomplish the requirements listed in the Statement of Work (SOW). Evaluation of this factor will be based on sub factors 1-3. Factor 1. Management Approach and Technical Capabilities. Evaluation of this factor will be based on the information contained in the technical proposal that demonstrates the degree of the Offeror�s understanding of the requirement and soundness of the Offeror�s proposed methodology to accomplish the requirements listed in the Statement of Work (SOW). Evaluation of this factor will be based on sub factors 1-3. Understanding of the work, including quality and thoroughness shown in understanding the objectives of the SOW and specific tasks, and the planned execution of the services and deliverables. Demonstrate experience in operating a kitchen and catering service organization in support of various group sizes ranging from small (24) to large (375) people with a variety of dietary requirements. Ability to provide quality customer service and performance with delivering, presenting, and serving meals. Factor 2. Personnel Qualifications. Evaluation of this factor will be based on sub factors 1-2. �Proposed staff members have experience with similar projects and qualifications that clearly demonstrates their ability to fully and successfully accomplish the objectives and tasks. The proposed Manager/Supervisor has experience and qualifications necessary to successfully supervise and coordinate the proposed workforce. Factor 3. Organizational Capacity. Evaluation of this factor will be based on sub-factors 1-2. Evidence that the organization has the resources, capacity and management to support infrastructure to ensure the delivery of this requirement. Evidence of supporting subcontractors, consultants, and business partners will be considered. Evidence of corporate management oversight to ensure successful client engagements and availability of credible back-office services (e.g., human resources, contract administration, food distributors). Factor 4 � Past Performance.� This factor will address how the experience of the offeror is related to the SOW. Evaluation of this factor will be based on sub-factors 1-2. The organization�s history of successful completion of service; history of producing high-quality services and other deliverables; history of being on schedule. The organization�s specific past performance with job services of similar size, scope and complexity, along with highlights of any recognition received from Government or industry for quality and performance. Cost/Price. �Base and Option Years price will be evaluated for reasonableness. Please provide sample meal menu and pricing per meal (including discounts): 1. Standard Breakfast (e.g. eggs, sausage, potato, yogurt, toast, fruit, drinks, condiments, cereal) 2. Lunch to Go (e.g. boxed/bagged meal & drinks portable to travel) 3. Standard Lunch (proteins, sides, salad, dessert, drinks, condiments) 4. Standard Dinner (proteins, sides, salad, bread, dessert, drinks, condiments) EVALUATION METHODOLOGY The technical volume of the response will be evaluated using a technically acceptable or technically unacceptable rating, using the below definitions: Technically acceptable.� A technically acceptable proposal shows that the offeror understands and appears to be capable of meeting all essential requirements of the solicitation and clearly documents that the offeror can successfully perform or provide all the essential required elements as described in the SOW.� A technically acceptable proposal may require only minor clarifications and is reasonably complete so that additional information or substantial rewrites are not required to make the proposal acceptable. Technically unacceptable.� A technically unacceptable proposal does not meet the SOW requirements and cannot be made technically acceptable without major revisions or a complete rewrite.� Technically unacceptable proposals have little or no technical merit and contain major deficiencies and inadequacies.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6edb84d2070e4ee3b12fea84cdad2805/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN05674224-F 20200531/200529230145 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.