Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2022 SAM #7504
SOLICITATION NOTICE

X -- CREDO DINNER DATE NIGHTS

Notice Date
6/15/2022 4:40:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060422Q4061
 
Response Due
6/21/2022 10:00:00 PM
 
Archive Date
07/07/2022
 
Point of Contact
Elisha Wallace 808-473-7588
 
E-Mail Address
elisha.wallace@navy.mil
(elisha.wallace@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001- Combined Synopsis Solicitation N0060422Q4061 is being amended to extend the closing date to June 22, 2022. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.GOV (https://sam.gov/) and NECO (https://www.neco.navy.mil/). The RFQ number is N0060422Q4061. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06 and DFARS Publication Notice 20220526. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/, and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 722320 and the Small Business Standard is $8 million. This is a competitive, 100 percent small business set-aside; the Small Business Office concurs with this acquisition strategy. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing for the lease and use of venue and food catering on Oahu, Hawaii in accordance with the Performance Work Statement (PWS) in support of the Chaplains Religious Enrichment Development Operations (CREDO) Hawaii Program. See attached PWS for requirements and Schedule of Events. CLIN 0001 - QTY: 12; Unit of Issue: Each; Lease/Use of Venue and Food Catering The Period of Performance: 01 July 2022 - 30 June 2023 Responsibility for Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. See Attachments: 1. PWS 2. FAR 52.212-3 Alt I 3. FAR 52.204-24 4. WD 2015-5689 Rev 17 The following FAR and DFARS provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 (Dev) Instructions to Offerors-Commercial Items NOV 2021 52.212-3, Alt I Offeror Representations and Certifications-Commercial Items and Alternate I MAY 2022 52.212-4 Contract Terms and Conditions-Commercial Items NOV 2021 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items MAY 2022 52.219-6 Dev. Notice of Total Small Business Set-Aside (Deviation 2020-O0008) MAR 2020 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008) SEP 2021 52.219-28 Post-Award Small Business Program Representation MAR 2020 52.222-3 Convict Labor JUNE 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-41 Service Contract Labor Standards AUG 2018 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 Employee Class Series Monetary Wage Fringe Rate Waiter WG-3 Step 2 $19.50 $7.07 52.222-50 Combatting Trafficking in Persons NOV 2021 52.222-55 Minimum Wages Under Executive Order 13658 JAN 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving JUN 2020 52.232-33 Payment by Electronic Funds Transfer-System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-5 Authorized Deviations in Provisions NOV 2020 52.252-6 Authorized Deviations in Clauses NOV 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation MAY 2021 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. MAR 2022 252.225-7048 Export-Controlled Items JUNE 2013 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) MAY 2020 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation. (DEVIATION 2020-O0015) MAY 2020 25.2225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) FEB 2020 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration APR 2020 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.247-7023 Transportation of Supplies by Sea-Basic FEB 2019 System for Award Management (SAM). Quoters must be registered and active in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/. SUBMISSIONS: 1. Quote. All quotes should include a price for each item listed in this Notice, a Point of Contact (name phone number and email address), CAGE code, DUNS, business size, and payment terms. Quotes should not exceed five (5) pages in total. Facsimile quotes will not be accepted. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements of the PWS. 2. Completed FAR 52.212-3 Alt I and FAR 52.204-24 representations. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of Responsibility and the Lowest Price Technically Acceptable (LPTA) quote. Responsibility: Responsibility shall be determined by the Contracting Officer in accordance with FAR 9.1; the Government may utilize database repositories to determine that a contractor is responsible. Price: Quoters shall submit a price for each item listed in this Notice. Technical: Technical Acceptability shall be evaluated against the requirements in the PWS. The Quoter must clearly state that it takes no exception to the PWS. Questions regarding the solicitation shall be submitted electronically to elisha.wallace@navy.mil. Reference RFQ N0060422Q4061. Questions shall be submitted no later than 15 June 2022 at 2:00 PM Hawaii Standard Time (HST). This announcement shall close on 22 June 2022 at 2:00 PM Hawaii Standard Time (HST). Quotes may be submitted electronically to elisha.wallace@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0d9deedb9344a20ad3b29c09744c015/view)
 
Place of Performance
Address: Site shall be located within 15 miles of Joint-BasePearl Harbor Hickam Nimitz Gate., , , USA
Country: USA
 
Record
SN06359103-F 20220617/220615230108 (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.