MODIFICATION
S -- NCCC NC CATERING SERVICE-Blanket Purchase Agreement
- Notice Date
- 5/29/2020 9:58:43 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
- 95332A20Q0020
- 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 95332A20Q0020 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: Vinton, Iowa The Statement of Work, labeled as Statement of Work NC 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, 95332A20Q0020, 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 95332A20Q0020 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.� Culinary and Business Experience Address the following required experience: Evidence that the vendor has the resources, capacity and management support infrastructure to ensure the delivery of the service outlined in the statement of work. Description of the vendor�s technical approach to each objective and task outlined in the SOW Staffing plan with individual personnel clearly identified Specific tasks and how you will accomplish them Resumes are required for key personnel.� Resumes may also be submitted for other than key personnel.� At a minimum, each resume shall include: Individual�s direct catering experience and qualifications Criminal record Professional certifications The individual�s cooking or catering position with dates of employment Factor 2.� Catering Experience / Compliance with Industry Standards and Regulations This criterion considers the proposer�s project approach and compliance with all terms and conditions. Include the following in your experience description: Professional history of catering to various group sizes of 12 - 260 people Knowledge of various dietary and medical preferences when providing food service Evidence the vendor can provide meals that meet daily nutritional requirements Describe the approach you would take to meet all food handling and state food handling criteria Describe your approach to increase or decrease number of meals provided based on corps member size with a 48-hour notification Three reference letters from recently provided catering services Describe personal hygiene requirements with regards to clean hands, hair restraints, smoking restraint, proper hair and facial grooming Factor 3.� Meal Options and Pricing Base and Option Years price will be evaluated for reasonableness. Please provide: Sample meal menu for breakfast, lunch, and dinner to include vegan, vegetarian, and gluten free options Meal pricing per meal (including discounts); breakfast, lunch, and dinner EVALUATION METHODOLOGY The technical volume of the response will be evaluated using a technically acceptable or technically unacceptable basis, 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/7e003602f3e843b3886e55ef274fe36d/view)
- Place of Performance
- Address: Vinton, IA 52349, USA
- Zip Code: 52349
- Country: USA
- Zip Code: 52349
- Record
- SN05674225-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 |