Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2022 SAM #7489
SOLICITATION NOTICE

89 -- Bulk Rations

Notice Date
5/31/2022 1:19:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
W7NZ USPFO ACTIVITY SC ARNG COLUMBIA SC 29201-4763 USA
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG-22-Q-0021
 
Response Due
6/15/2022 7:00:00 AM
 
Archive Date
06/16/2022
 
Point of Contact
Blake S. Cromer, Phone: 8032991537, Kevin Esber, Phone: 8032991450
 
E-Mail Address
blake.s.cromer.civ@army.mil, kevin.j.esber.mil@army.mil
(blake.s.cromer.civ@army.mil, kevin.j.esber.mil@army.mil)
 
Description
This is a combined synopsis/solicitation for commercial supplies 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. The solicitation number assigned to this action is W912QG-22-Q-0021. This acquisition is utilizing procedures in FAR Part 12 and is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for South Carolina, 9 National Guard Road, Columbia, S.C. 29201. This acquisition is made on an unrestricted basis, large or small business entities may provide a proposal. The applicable North American Industry Classification System (NAICS) code is 722310 � Food Service Contractors, with a size standard of $41.5M.The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2022-06 dated 05/26/2022 �� The South Carolina Army National Guard's (SCARNG) has a requirement for bulk rations for units annual training period at Poinsett Electronic Combat Range, 4001 Hwy 261 South, Wedgefield, SC 29168. The vendor shall make two deliveries: 7 July and 14 July, desired delivery time is 11:00a.m. Upon award the unit will coordinate with the vendor for desired items needed on each date/time. The Government intends to award a single Firm-Fixed Price contract without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. Pricing must be a fixed price for the entirety of work quoted. Award will be made only to responsible contractors meeting the conditions in FAR Part 9 and whose quote meets the requirements contained in the solicitations terms and conditions. Evaluations will be in accordance with FAR Subpart 13.106-2 and the criteria contained in FAR Provision 52.212-2, as shown in the attachment. Award will be made to the lowest priced offer that meets all the terms and conditions of the solicitation, especially in regards to providing all the items on the units order guide and ability to make all deliveries & times on the dates desired by the unit.� Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System. Award may be made without discussions. � The attached Provisions and Clauses are applicable to this solicitation. SUBMISSION GUIDELINES: (1) Offerors shall read this solicitation, and all Provisions and Clauses thoroughly prior to submitting a proposal and before requesting additional information. The following provisions must be properly marked and returned with the offerors quote: ����� a. 52.204-24 ����� a. 52.212-3 Alt I ����� c. 252.204-7017 (2) Offerors shall provide a copy of the DHEC Facility Food Certification with their quote. (3) Offerors are highly encouraged to check System for Award Management (SAM) (https://sam.gov/content/home) on a daily basis for any modifications that may be made to the original solicitation posting. (4) IAW FAR 4.1102(a), all offerors shall be registered in SAM at time an offer or quotation is submitted or quote cannot be considered by the Government. (5) The solicitation closing date is 15 June 2022, 10:00a.m. (EST). (6) DO NOT upload proposals/offers to SAM send them directly to the Point of Contact (POC) Blake S. Cromer at blake.s.cromer.civ@mail.mil. (7) Offerors shall submit any requests for additional information by email to the aforementioned no later than (NLT)�8 June 2022, 11:00a.m. (ET), (questions or inquiries received by telephone will not be addressed). Information requested after this date will not be considered. All questions will be reposted to SAM for all to see that are considered to be of importance to all potential offerors. Any RFI�s received after this date & time are late and will not be considered. (8) Quotes shall be submitted under company letterhead, with CAGE code, DUNS number, FTID, Company Name, Address, POC and the solicitation number; (9) Offerors shall submit FFP price and discount terms (quote FOB Destination) for CLINs listed below. (10) Offerors shall review 252.213-7000 regarding Past Performance. There is no additional requirement to submit a history of past performance on similar projects. Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System (11) Prior to award, the offer shall have an active registration in SAM with no exclusions. (12) Offerors shall have electronic funds transfer (EFT) capability. Offerors shall be actively registered with Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil/) in order to submit invoices into Wide Area Work Flow (WAWF) for payment by the Government. Submit TOTAL FFP for the following CLIN(S): CLIN# Description Quantity U/M CLIN 0001 Bulk Rations per the attached ordering guide.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7790cf628a954350822d24276abc8212/view)
 
Place of Performance
Address: Wedgefield, SC 29168, USA
Zip Code: 29168
Country: USA
 
Record
SN06343069-F 20220602/220531230113 (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.