Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2020 SAM #6820
SOLICITATION NOTICE

S -- 116th ANNUAL TRAINING CATERED MEALS

Notice Date
7/30/2020 9:47:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
72232 —
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP20R0026
 
Response Due
8/10/2020 11:00:00 AM
 
Archive Date
08/25/2020
 
Point of Contact
William T. Brown, Phone: 8014324273
 
E-Mail Address
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION:� W911YP20R0026 AGENCY/OFFICE:� Utah Army National Guard / USPFO PLACE OF PERFORMANCE:� Utah Army National Guard-Price Armory 584 N. 500 E. Price, UT 84501 SUBJECT:� 116th Annual Training Catered Meals RESPONSE DUE DATE:� 12:00 PM MST 10 August 2020 CONTRACTING POC:� William (Billy) T. Brown III�� Email:� William.t.brown68.civ@mail.mil�� Phone:� 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS (SB) SET-ASIDE *** The Utah National Guard is soliciting a requirement for 116th Annual Training Catered Meals under combined synopsis/solicitation W911YP20R0026 and is being issued for Request for Quotations (RFQ).� This requirement is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 722320 �Caterers� which has a Small Business Size Standard of $8 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf).� FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Furthermore, your company must also demonstrate you have performed work on similar projects for catered meals. 116th Performance Work Statement: 1 -�DESCRIPTION OF SERVICES: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to service the contract as outlined. This will include all three meals being served (unless otherwise specified) on the dates provided in section 1.2. The meal served is dependent on the meal and day of the training. 1.1�PERIOD OF PERFORMANCE: Performance period for this contract will be 14-21 August and 24-28 August 2020. ???????1.2�MENU PLANNING Caterer will provide the best value (cost, service, and quality) for the period shown above for Subsistence Catered Meals. Requirements for contract will include providing breakfast, lunch and dinner meals; as well as plates, utensils, napkins, cups, and condiments. Coffee should be provided for both breakfast and dinner as a drink option. Meals will resemble portion, variety, and quality expected at established restaurants and will be provided in accordance with the requirements of Armed Forces Recipe Services: http://www.quartermaster.army.mil/jccoe/publications/food_links.html� 2 - GENERAL INFORMATION: ???????2.1�Hours of Operation: �Breakfast will be set up ready to serve not later than 0730 am and ending no earlier than 0930. �Lunch will be set up ready to serve not later than 1130 and ending no earlier than 1330. �Dinner will be set up ready to serve not later than 1730 and ending no earlier than 1930. �Caterer will be flexible with the breakfast, lunch and dinner meal, and if notified 24 hours prior to meal, will be able to adjust feeding times of any meal either 1 hour earlier or 1 hour later than standard time. ???????2.2�Operation:� Caterer will be responsible for the clean-up of serving facility and personal equipment used to provide meal. Requirements for contract will include providing all meals; as well as plates, utensils, napkins, cups, trash bags, cleaning supplies, and condiments. ???????2.2.1�Emergency Services: On occasion, services may be required to support an activation or exercise of contingency plans outside the normal duty hours described above. 2.3 Removing objects from refuse for personal use is unauthorized. �Contractor Personnel may request items through unit designee. �Violations are grounds for termination of contract. 2.4 At no time, without authorization, will Contractor Personnel purchase any items from the local economy for any US Personnel. ???????2.5�Applicable Publications and Forms: �The following publications are applicable to the performance of this contract and must be adhered to. �The Caterer shall be bound to perform to the requirements set forth in these regulations. Tri-Services Food Code: TB MED 530/NAVMED P-5010-1/AFMAN 48-147_IP https://armypubs.army.mil/epubs/DR_pubs/DR_a/pdf/web/tbmed530.pdf Armed Forces Recipe Services http://www.quartermaster.army.mil/jccoe/publications/food_links.html) Department of Defense Standard Practice Sanitation requirements for Food Establishments (MIL-STD-3006) http://everyspec.com/MIL-STD/MIL-STD-3000- 9999/MIL-STD-3006C_22918/ Department of the Army Pamphlet (DA PAM) 30-22 https://armypubs.army.mil/epubs/DR_pubs/DR_a/pdf/web/p30_22.pdf ???????2.6�Sanitation Requirements: COVID-19: �Every attempt will be made to ensure the safety of the soldiers being served with regards to the COVID-19 pandemic. �The caterer to the best of their ability and where practical and applicable, will follow all guidelines as outlined on the CDC website: https://www.cdc.gov/coronavirus/2019-ncov/community/organizations/business- employers/bars-restaurants.html Personal Hygiene: �The Caterer shall ensure all employees meet all personal hygiene requirements to include but not limited to; clean hands and fingernails at all times, proper hair and facial grooming, hair restraints, proper smoking restraint, etc. Equipment and Utensil Cleaning: �The Caterer shall clean and sanitize all food service equipment and cookware to remove food particles, other soil, grease and cleaning or sanitizing agent residue to the standards set forth in this contract. Sanitation Inspection: �In addition to any government performed surveillance, medical and food services personnel will also inspect for compliance with sanitary requirements/conditions. The Caterer is responsible for preventing all food borne diseases by properly storing and preparing food in accordance with applicable regulations. �This includes, but is not limited to: storage of bulk foods, refrigerated food, leftovers, perishables, etc. �The Caterer shall prepare foods on surfaces that are cleaned and sanitized. �All meats and poultry shall be cooked and prepared at the proper temperatures ensuring the food is thoroughly cooked throughout. ???????2.7�Government Furnished Equipment (GFE): �At no time will contractor personnel use GFE to store, transport, cook, or serve provided meals or ingredients. �Contractor is required to provide all resources through their own means. 3 - QUOTE & PRICING: 3.1 The Caterer shall provide the following information on pricing with quote submission. Breakfast Meal for 89 soldiers per day x 12 days (15-21 & 24-28 Aug 2020) Lunch Meal for 89 soldiers per day x 11 days (15-21 & 24-27 Aug 2020) Dinner Meal for 89 soldiers per day x 11 days (14-19 & 21 & 24-27 Aug 2020) TOTAL PRICE = $$ (See �Meal Schedule � 116th� spreadsheet for reference) Provide at a minimum, one Past-Performance reference from a similar in size and scope level of effort with quote submission. Provide with quote submission how you are planning to staff / man the locations and times those personnel will be there. 4 - SERVICES SUMMARY: Provide freshly prepared meals in accordance with nutrition requirements in Army AR 40-25, for up to 89 service members from 14-28 August 2020 daily in accordance with paragraph 1.2. �Meals will be served as outlined in the Meal Schedule and in accordance with paragraph 2.1. SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.� If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. CONTRACT TYPE / EVALUATION CRITERIA:� The contract type for this procurement will be firm-fixed price.� Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.� For proposals to be technically acceptable, it must meet all the specifications outlined in the PWS and indication of past performance experience relating to catered meals.� Relevancy and currency will be used for past performance criteria and only a rating of ACCEPTABLE, NOT ACCEPTABLE, OR NEUTRAL will be given on past performance.� If a Contractor has no relevant past performance, the Contractor will not be rated Favorably or Unfavorably but will be rated Neutral and not have that count against them.� An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.� SAM REGISTRATION:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award.� All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. PROPOSALS:� All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 12:00 pm (Mountain) 10 August 2020.� All submissions should be sent via email to:� william.t.brown68.civ@mail.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS & CLAUSES:� The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � Central Contractor Registration FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 � Instructions to Offerors FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � Limitations on Subcontracting FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 � Payments FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.243-1 � Changes-Fixed Price FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 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 full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/03c0c276c4c1498e9bcddd80243faaf8/view)
 
Place of Performance
Address: Price, UT 84501, USA
Zip Code: 84501
Country: USA
 
Record
SN05739894-F 20200801/200730230149 (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.