Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 30, 2020 SAM #6971
SOLICITATION NOTICE

89 -- IA Regional Training Institute (RTI) Meals

Notice Date
12/28/2020 10:21:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-21-Q-4003
 
Response Due
1/12/2021 1:00:00 PM
 
Archive Date
01/27/2021
 
Point of Contact
Megan Kaszinski, Phone: 5152524617
 
E-Mail Address
megan.r.kaszinski.mil@mail.mil
(megan.r.kaszinski.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Iowa Army National Guard Regional Training Institute (RTI) Camp Dodge Joint Maneuver Training Center, Johnston, IA 27 January 2021 � 31 August 2021 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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.� This solicitation, W912LP-20-Q-4003, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-02, effective 23 Nov 2020. This procurement is set aside 100% for small business. The NAICS code is 311991 and the small business size standard is 750 employees. Basis for award is Price. The following commercial services are requested in this solicitation: Contractor shall provide breakfast, lunch and dinner meals in accordance with Attachment #1 Meal Requirements Statement and Attachment #2 Menus and Headcounts. Period of Performance: 27 January 2021 � 31 August 2021. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: Breakfast Meals, Quantity/Unit of Issue: 6,738 EA CLIN 0002: Lunch Meals, Quantity/Unit of Issue: 6,811 EA CLIN 0003: Dinner Meals, Quantity/Unit of Issue: 6,802 EA Proposed prices for CLINS 0001, 0002, and 0003 shall be firm-fixed price (FFP) and inclusive of all ingredients and supplies required to provide the meal requirements as described within the Meals Requirements Statement. The Government prefers all meals of the same type (breakfast, lunch or dinner) to be priced the same, regardless of menu. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors � Commercial Items FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism The following clauses are incorporated into this solicitation by reference: FAR 52.204-13, System for Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.212-4, Contract Terms and Conditions � Commercial Items FAR 52.219-6 (DEV), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Work Product DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #3. Contractor shall complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation The following clauses are incorporated by full text. The full text is found in Attachment #3. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.219-6 (DEV 2020-O0008), Notice of Total Small Business Set-Aside DFARS 252.211-7003, Item Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Submission Requirements: The contractor shall complete and submit Attachment #4, Contractor Information and Pricing Schedule as their official quotation. If the contractor submits a separate quotation, Attachment #4 must still be completed and submitted with it. If a contractor is proposing deviations per meal, they need to be submitted with quote for review and approval. Attachment #5, Section 889 Certification � contractor shall check the appropriate box in the red paragraphs, sign, date and return with quotation. Proposals are due by 3:00 p.m. local (central) time on 12 January 2021. Electronic proposals are preferred, and may be submitted via email to Mrs. Megan Kaszinski, megan.r.kaszinski.mil@mail.mil. Facsimile proposals will be accepted. Proposals can be faxed to 515-252-4617 Attn: Megan Kaszinski. Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time. Attachments: #1 � Meal Requirements #2 � Menus and Headcounts #3 � Full Text Provisions and Clauses #4 � Contractor Information and Pricing Schedule #5 � FAR 52.204-24_52.204-26_Section 889 Certification
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d84de1beeca4c369b5ad68561535494/view)
 
Place of Performance
Address: Johnston, IA 50131, USA
Zip Code: 50131
Country: USA
 
Record
SN05881387-F 20201230/201228230109 (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.