Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2022 SAM #7649
SOLICITATION NOTICE

S -- Catered Meals - Fort Riley, Kansas

Notice Date
11/7/2022 12:30:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
W7NV USPFO ACTIVITY OK ARNG OKLAHOMA CITY OK 73111-4398 USA
 
ZIP Code
73111-4398
 
Solicitation Number
W912L6-23-R-0003
 
Response Due
12/14/2022 2:00:00 PM
 
Archive Date
12/29/2022
 
Point of Contact
JOSEPH B KELLY, Phone: 4052285573, Trey A. Marshall, Phone: 4052285547
 
E-Mail Address
joseph.b.kelly1.civ@army.mil, trey.a.marshall.civ@army.mil
(joseph.b.kelly1.civ@army.mil, trey.a.marshall.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION: 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912L6-23-R-0003 and is issued as a Request For Proposal (RFP) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, using the procedures of FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 dated July 12, 2021. The FAC and FAR are available at https://www.acquisition.gov/FAR . The United States Property and Fiscal Office (USPFO) for Oklahoma intends to make an award for the preparation, delivery, and serving of prepared meals to support units at Fort Riley, Kansas from 1 March � 8 April 2023.� The Government's intent is to award a contract to provide breakfast and dinner meals to facilitate Oklahoma National Guard training. The Government is obligated only to the extent of authorized quantities ordered by meal. This combined synopsis/solicitation is a 100% Small Business set-aside. The North American Industry Classification System (NAICS) code 722320, Caterers with a size standard of $8,000,000.00.� 52.232-18 Availability of Funds.� Funds are not presently available for this contract.� The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.� No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. A site visit will be held at Fort Riley to allow contractors access to the Devil�s Den Dining Facility.� Site visit will be conducted on 16 November at 1300 CST at 7011 Siebert Street, Fort Riley, Kansas 66442.� Coordinate with the Fort Riley Installation Security prior to arrival to ensure that contractors understand access procedures and required credentials.� Please let Mr. Kelly know if you intend to attend the site visit.��� Responsible offerors shall provide pricing for the following line items: Line Item 0001: Breakfast Meal - Unit of Issue: Each - Quantity: 52,805 Line Item 0002: Dinner Meal � Unit of Issue: Each � Quantity: 50,763 This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.� The award is subject to the Service Contract Labor Standards statute, Wage Determination KS 2015-5337, Revision 19, dated 3 August 2022. Upon submission of proposals, the Offeror must have a current and active registration in the System for Award Management (SAM) database at website https://sam.gov. Questions shall be submitted via email not later than November 28, 2022 sent to Mr. Joseph Kelly at �joseph.b.kelly1.civ@mail.mil by 4:00 p.m. CST. Proposals shall be submitted electronically to Mr. Kelly by or before December 14, 2022 at 4:00 PM CST. It is the Offeror�s responsibility to ensure all proposal documents was received prior to the close date and time. The Government intends to award a single Firm-Fixed-Price (FFP) contract. Proposals will be evaluated on technical acceptability and price. �Offerors must be deemed responsible. Offerors will submit a proposal that addresses their capability in accordance with the Performance Work Statement (PWS). The Contractor shall provide all supervision and labor personnel, food safety and food quality control equipment, dining ware to include paper products, serving utensils and equipment, sanitation supplies, condiments and all other supplies that maybe needed. INSTRUCTIONS TO OFFERORS 1.1 General Instructions: This section provides general guidance for preparing proposals. Throughout this section, the term �Offeror� means the prime contractor submitting the proposal. The Offeror�s proposal must include all data and information requested and must be submitted in accordance with these instructions. Proposal will be reviewed for responsiveness prior to being technically evaluation. �An Offeror who submits an incomplete package may be considered non-responsive and will be notified immediately with the reason. The proposal shall be compliant with the requirements as stated in the Request for Proposal (RFP). A proposal that is sufficiently documented to support price and technical requirements in a complete, orderly and detailed manner will enable the Government to perform a thorough and fair evaluation. Non-compliance with the instructions and RFP may result in an unfavorable proposal evaluation and may be grounds to eliminate the proposal from consideration for contract award. Offeror�s must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale along with providing any assumptions in their proposals. 1.2 The Government intends to award without discussions.� 1.3 The Government will not reimburse any costs incurred in relation to the proposal preparation. 1.4 The Offeror shall submit an unclassified proposal, which demonstrates its ability to perform and meet the requirements in the Performance Work Statement (PWS). 1.5 Proposal shall conform to all the requirements of this RFP IAW FAR Part 15.101-2.� 1.6 Proposals will consist of the following: Proposal with pricing with the two CLIINs identified above Proposal must address ability to flex headcounts and a minimum notice to increase or decrease headcounts Proposal must address the capability to cook on site with a mobile kitchen.� Kitchen preparation equipment will not be made available to vendors Copy of Current State Health Inspection Copy of Mobile Food Establishment License Capability Statement of Mobile Kitchen Unit with picture (Two Page Maximum) EVALUATION FACTORS FOR AWARD 1. Basis for Award Contract will be awarded to vendors on a lowest price technically acceptable (LPTA) basis.� A contract will be awarded to the Offerors whose proposals conforms to the solicitations requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged, based on the evaluation factors and sub-factors, to represent the lowest price technical acceptability. Evaluation Factors. Evaluation Criteria: Commercial Mobile Kitchen for onsite cooking. Ability to provide Government prescribed menus (see Technical Exhibit 1 and 2) Valid copy of State Mobile Food Establishment License. Valid copy of State Health Inspection. Menus priced at fair and reasonable 2. Evaluation Process. The Lowest Price Technically Acceptable (LPTA) source selection process will be used. Offeror�s technical proposal will be evaluated on an acceptable/unacceptable basis. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations, and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined non-responsive and thereby excluded from further consideration. 3. ��Solicitation Requirements, Terms and Conditions. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or sub-factors. Failure to comply with the terms and conditions of the solicitation may result in the Offeror being determined ineligible for award. Offerors must clearly identify any exception to the solicitation�s terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cfc0b8f190ab44119aa3b39ac8dd38d0/view)
 
Place of Performance
Address: Fort Riley, KS 66442, USA
Zip Code: 66442
Country: USA
 
Record
SN06511186-F 20221109/221107230058 (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.