SOLICITATION NOTICE
89 -- NYARNG Meal Drop Off BPA
- Notice Date
- 2/23/2022 10:59:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- W7NR USPFO ACTIVITY NY ARNG LATHAM NY 12110-2224 USA
- ZIP Code
- 12110-2224
- Solicitation Number
- W912PQ22Q0013
- Response Due
- 3/8/2022 11:00:00 AM
- Archive Date
- 03/23/2022
- Point of Contact
- Andrew Emrich, Phone: 5184871062, Melissa Santoro, Phone: 5187864740
- E-Mail Address
-
andrew.e.emrich.civ@army.mil, melissa.santoro2.civ@army.mil
(andrew.e.emrich.civ@army.mil, melissa.santoro2.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS AND SOLICITATION� � � � � � W912PQ22Q0013� � � � � � � � � NOTICE TO OFFERORS 23FEB2022 Amendments/changes as follows: - Questions and Answers (Q&A) have been added to this posting as an attachment labeled Meal Drop Off BPA Q&A.� - Meal pricing is now being requested for year one only. If awarded a BPA the prices for following years will be revisited each year during the BPA Annual review.� The updated information worksheet has been added as an attachment labeled Information Worksheet Meal drop off BPA_Final_3. - The response date for this Combined Synopsis Solicitation has been extended to 08 March 2022 at 2:00 pm EST. - If you have already submitted a capability statement for this combined synopsis solicitation, please send an email verifying your capability statement and year one pricing is valid or resubmit a revised capability statement.�� The Government intends to issue multiple blanket purchase agreements (BPAs) for Meal Drop Off Accommodations for the NY National Guard as set forth in the Combined Synopsis/Solicitation and the attached Statement of Work (SOW). Please reference solicitation # W912PQ22Q0013 on all correspondence. THIS SOLICITATION IS SET ASIDE 100% FOR SMALL BUSINESS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; capabilities statements are being requested and a written solicitation will not be issued. Solicitation number W912PQ22Q0013 is being issued as a Combined Synopsis/Solicitation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-06. The North American Industry Classification System (NAICS) code is 722310 and the corresponding small business size standard is $ 41.5 million. LINE ITEMS: Item 0001: Breakfast Menus 1-6 and 18 Item 0002: Lunch Menus 1-17, and 19-21 Item 0002: Lunch Menus 18 Item 0004: Dinner Menus 1-17 FOB Destination DUE DATES: Questions due by: 15 FEB 2022 @ 2:00 P.M. EST -Shall be submitted, in writing via email, to the points of contact listed below -Responses to questions will be provided in the form of an update to the Combined Synopsis/Solicitation on Contract Opportunities Capabilities Statements due by: 08 MAR 2022 @ 2:00 P.M. EST -Submission shall be valid for 180 days after the submission due date - Capabilities Statements shall be submitted electronically via email to the points of contact listed below The government may re-issue the solicitation if the all/any locations in the SOW are not fulfilled. Vendors may submit capabilities statements for as many locations as they can accommodate�(minimum amount of locations is 1 maximum is all listed in the SOW). NOTICE TO OFFERORS: Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring products or services on an as needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly reprocurements. Establishment of a BPA does not guarantee calls will be made. There is no minimum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The Government may request a site visit with any offeror to establish acceptability. Awarded BPA holders undergo annual visits to ensure standards are met. Each BPA will have up to a five (5) year ordering period with a ceiling of up to $900,000.00, the BPA will expire after 5 years or the $900,000 ceiling is reached, whichever comes first. BPA calls will have a purchase limit of $249,999.99 per call. The ceiling of each agreement can be increased or decreased at any time by the Contracting Officer (KO) via a bilateral modification to meet current and future requirements. Such instances can include pandemics, natural disasters, and any other reason the Government determines the need for increased or decreased lodging accommodations are needed. Funding is not assigned to the BPA. The Government will only be obligated to the extent of calls placed against an awarded BPA. BPA call requests will be sent to some or all BPA awardees to verify if capacity is available to provide meal drop offs to the desired area requested. Government will rotate vendors under their discretion and vendor availability. The call will then be placed based on which BPA vendor has the capacity to handle the call and is willing to accept the call. The individual meal rates shall not exceed the maximum allowable General Services Administration (GSA) Federal Travel Regulation (FTR) per diem rates for meals, which can be found at https://www.gsa.gov/travel/plan-book/per-diem-rates. The Government reserves the right to cancel this combined synopsis/solicitation, either before or after the closing date. In the event the Government cancels this combined synopsis/solicitation, the Government has no obligation to reimburse an offeror for any costs. In accordance with FAR 52.212-1(g) which is incorporated by reference, the Government intends to evaluate capabilities statements and award a BPA without discussions with offerors. Please review FAR 52.212-1 in its entirety. Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. POINTS OF CONTACT: Primary � Andrew Emrich 518.786.4739 andrew.e.emrich.civ@army.mil Alternate � Melissa Santoro 518.786.4740 melissa.santoro2.civ@army.mil LIST OF ATTACHMENTS: 1. Statement of Work (SOW) including meal drop off locations and addresses 2. Menu List 3. Requirements Summary 4. Information Worksheet (blank) DESCRIPTION OF REQUIREMENTS: The NY National Guard is requesting capabilities statements for Meal Drop Offs. Please refer to the attached Statement of Work (SOW) for a full description of the items requested. CAPABILITIES STATEMENT PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of capabilities statements, offerors shall adhere to the following instructions in preparing their capabilities statements. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offeror being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. CAPABILITIES STATMENT SIZE: Capabilities statements shall be submitted on company letterhead, and page size shall be 8.5 x 11 inches. Pages may be single or double-spaced. The text size shall be no less than Times New Roman 10 point. Use at least 1- inch margins on all sides of each page. Pages shall be numbered sequentially. Capabilities shall not exceed 10 pages in length (excluding the evaluation worksheet). Fewer pages is preferable but it must address all the information listed below. No paper copies will be accepted, only emails according to the solicitation to andrew.e.emrich.civ@army.mil. TABLES, CHARTS, GRAPHS, AND FIGURES Legible tables, charts, graphs, and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 11 by 17 inches in size when printed. F For tables, charts, graphs and figures, the text shall be no smaller than 8 point. The following must be included in the capabilities statement: Ability to meet ALL criteria of the SOW and meal drop off requirements. Information about the quality of meals that will be provided. How will quality issues be dealt with and how will complaints be handed. Including time line for rectification. Information Worksheet; including meal pricing, minimum and maximum meal quantity, and quantity variation responsiveness. (Submit one information worksheet per service location you intend to support) EVALUATION CRITERIA: Basis of award is best value. BPA(s) will be awarded on the basis of the best value to the government. The below evaluation factors will be utilized for evaluation of capabilities statements. EVALUATION FACTORS: Evaluation Factor 1 � Capabilities Statement The offeror shall clearly identify all criteria listed above in their capabilities statement and information worksheet(s). All proposed food preparation standards must be compliant with the requirements set forth in the SOW. Technical compliance will be rated as either acceptable or unacceptable based on the demonstrated adherence to the requirements in the SOW. Evaluation Factor 2- Past Performance Past Performance: The NYARNG- P&C will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. Past Performance will be rated as either, Acceptable or Unacceptable. *Note: An evaluation will be conducted against the evaluation criteria and the offerors capabilities statement(s), and a BPA award will be based on the capabilities statement that represents the best value to the Government given the outcome of the evaluation of capabilities statements against the evaluation criteria. Failure to meet a technical requirement may result in an offer being removed from consideration. The government intends on awarding BPA�s until all locations have an acceptable number of BPA�s in place. PRICING. Prices listed in the BPA are firm fixed price and shall not include tax, as Government�s procurements are tax exempt. The Government intends on sending a request for quote for each call/order where pricing and availability is verified. All payment will be made via Wide Area Workflow (https://piee.eb.mil/) and or Government Purchase Card (GPC). Each order/call will specify how to invoice. AUTHORIZED INDIVIDUALS. Upon acceptance of this BPA by the Contracting Officer, you will be required to furnish services when requested by the following authorized individuals (which may be modified by subsequent official notice): Contracting Officers: Christine Campbell, 518-786-4747 Melissa Santoro, 518-786-4740 Hemwatie Ramasami, 518-786-4640 Contract Specialist: Rick Powell, 518-786-0399 Meghan Sheridan 518-786-4746 Andrew Emrich 518-786-4739 Patrick Bacher 518.786-4986 Joanna Gorman 518-786-4461 Peter Choe�518-491-6848 All vendors are cautioned that they are not to accept task orders from any individual that is not listed and obligated call/order must be signed by a Contracting Officer within the USPFO-NY or National Guard. If this condition is not complied with, the Government is not obligated to make payment. NOTE: If there are changes to the above authorized individuals, a new list will be provided. PAYMENT/INVOICE INFORMATION: All payments will be made by Wide Area WorkFlow (WAWF) and or Government Purchase Card (GPC). Each order/call will specify how to invoice. See clause DFARS 252.232-7006 contained herein. All task orders placed against this BPA will be funded individually.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/32a4b15370594fbf965b5a0df5c44317/view)
- Place of Performance
- Address: NY, USA
- Country: USA
- Country: USA
- Record
- SN06249532-F 20220225/220223230108 (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 |