Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2024 SAM #8123
SOLICITATION NOTICE

S -- Provide & Serve Contract Meals

Notice Date
2/21/2024 7:47:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
W7NC USPFO ACTIVITY MEANG 101 BANGOR ME 04401-8005 USA
 
ZIP Code
04401-8005
 
Solicitation Number
W50S83-20-Q-0001
 
Response Due
5/19/2020 8:00:00 AM
 
Archive Date
06/03/2020
 
Point of Contact
Cameron M. Doncet Hall, Phone: 2074047434, Jason M. Edwards, Phone: 2074047107, Fax: 2074047177
 
E-Mail Address
cameron.m.doncethall.mil@mail.mil, jason.m.edwards1.mil@mail.mil
(cameron.m.doncethall.mil@mail.mil, jason.m.edwards1.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 is being issued as a Total Small Business Set-Aside in accordance with FAR 52.219-6. This is issued as a Request for Quote (RFQ). The solicitation number is W50S83-20-Q-0001. The NAICS is 722320 with a size standard of $7.5 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-05, effective 03/30/2020. Currently, General Decision Number WD 2015-4005 respectively (Rev No. 12), dated 12/23/2019 is applicable to this combined synopsis/solicitation. This decision is linked below. https://beta.sam.gov/wage-determination/2015-4005/12?index=wd&keywords=&is_active=true&date_filter_index=0&date_rad_selection=date&wdType=sca&state=ME&cba=noCBA&prevP=prevPerfYesLocality&page=1 This solicitation is being issued on behalf of the Maine Air National Guard utilizing procedures in FAR part 13.1, Simplified Acquisition Procedures. The Government intends to place a Single, Best value, Firm-Fixed Price purchase order to the winning quote without discussions. Offerors must address all areas of the RFQ as well as show adequate knowledge and experience in catering meals in accordance with the Performance Work Statement (PWS) to be considered technically acceptable. Submission and Evaluation of Proposals: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein.� Offers shall be submitted as a single electronic package to the Primary Point of Contract (POC) email address not later than the date and time identified within this notice.� The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation.� The responses shall consist of three (3) separate parts; Bid Schedule, Technical Information and FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items.� Offers shall be evaluated using Best Value criteria IAW FAR 13.� Award will be made based on the offeror who represents the best value to the Government in terms of technical acceptability, past performance and price. The Government reserves the right to award without discussions.� The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government�s best interests. Description of Requirements: The Maine Air National Guard requests the procurement and delivery of services for Catered Meals for the period of 1 June 2020 � 31 May 2026 at South Portland Air National Guard Station in South Portland, Maine. See Performance Work Statement and all attachments for complete information. Requirement: Services Non-Personal. Provide all plant, labor, equipment, materials, and transportation necessary to successfully execute the line items below and the Performance Work Statement and Annexes as attached. Item No Supplies/Services Description Qty Unit of Issue Unit Price Extended Amount 0001 Food Services; Food� IAW PWS; Base year Period of Performance; 1 Jun 2020 � 31 May 2021 NTE 4,320 EA 0002 Food Services; Meal Preparation (Service) IAW PWS Base Year Period of Performance; 1 Jun 2020 � 31 May 2021 NTE 4,320 EA 1001 Food Services; Food� IAW PWS; Option Year 1 Period of Performance; 1 Jun 2021 � 31 May 2022 NTE 4,320 EA 1002 Food Services; Meal Preparation (Service) IAW PWS Option Year 1 Period of Performance; 1 Jun 2021 � 31 May 2022 NTE 4,320 EA 2001 Food Services; Food� IAW PWS; Option Year 2 Period of Performance; 1 Jun 2022 � 31 May 2023 NTE 4,320 EA 2002 Food Services; Meal Preparation (Service) IAW PWS Option Year 2 Period of Performance; 1 Jun 2022 � 31 May 2023 NTE 4,320 EA 3001 Food Services; Food� IAW PWS; Option Year 3 Period of Performance; 1 Jun 2024 � 31 May 2025 NTE 4,320 EA 3002 Food Services; Meal Preparation (Service) IAW PWS Option Year 3 Period of Performance; 1 Jun 2024 � 31 May 2025 NTE 4,320 EA 4001 Food Services; Food� IAW PWS; Option Year 4 Period of Performance; 1 Jun 2025 � 31 May 2026 NTE 4,320 EA 4002 Food Services; Meal Preparation (Service) IAW PWS Option Year 4 Period of Performance; 1 Jun 2025 � 31 May 2026 NTE 4,320 EA ������������� TOTAL AMOUNT The following provisions are included for the purposes of this combined synopsis/solicitation (full text provisions may be accessed electronically at https://www.acquisition.gov/content/regulations: 52.212-1��������� Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the best value to the Government. The following addendum is provided to this provision:� Quotations submitted shall contain - SOLICITATION NUMBER; COMPANY NAME; ADDRESS; COMPANY POINT OF CONTACT NAME; COMPANY E-MAIL ADDRESS; COMPANY TELEPHONE NUMBER; PROPOSED DELIVERY SCHEDULE; TERMS OF THE EXPRESSED WARRANTY; PRICE; ANY PAYMENT DISCOUNT TERMS AND; ACKNOWLEDGEMENT OF ANY AND ALL SOLICITATION AMENDMENTS. (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ������� (i) Technical Capability (ii) Past Perfomance (iii) Price Technical capability and Past Performance when combined are equal to price. Award will be made based on the offeror who represents the best value to the Government in terms of technical acceptability, past performance and price. The Government reserves the right to award without discussions.� The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government�s best interests. The Government intends to award on initial offers but reserves the right to conduct discussions. An award will only be made to an offeror that satisfies the general responsibility standards of FAR 9.104-1. �(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-1, Provisions Incorporated by Reference (FEB 1998) ������� This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (https://www.acquisition.gov/content/regulations). (End of Provision) 52.203-3��������� Gratuities 52.203-6��������� Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I 52.203-12,������ Limitations on Payments to Influence Certain Federal Transactions 52.203-17������� Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4��������� Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-10������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-7��������� System for Award Management�������� OCT 2018 52.204-13������� System for Award Management Maintenance���������� OCT 2018������ 52.204-16������� Commercial and Government Entity Code Reporting���������� JUL 2019 52.204-18������� Commercial and Government Entity Code Maintenance������ JUL 2016������� 52.204-21������� Basic Safeguarding of Covered Contractor Information Systems���� JUN 2016������� 52.204-24������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment���������� DEC 2019������ 52.212-1��������� Instructions to Offerors�Commercial Items OCT 2018 (DEVIATION �2018-O0018)������ 52.212-3��������� Offeror Representations and Certifications�Commercial Items--Alternate I��������� OCT 2014���� 52.212-4��������� Contract Terms and Conditions�Commercial Items ���������� OCT 2018������ 52.212-5��������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items(DEVIATION 2018-O0021) 52.217-3��������� Evaluation Exclusive of Options������� APR 1984������ 52.217-5��������� Evaluation of Options JUL 1990������� 52.217-8��������� Option to Extend Services����� NOV 1999����� 52.217-9��������� Option to Extend the Term of the Contract��� MAR 2000����� ������� 52.226-6��������� Promoting Excess Food Donation to Nonprofit Organizations��������� MAY 2014����� 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.201-7000� Contracting Officer's Representative 252.203-7000� Requirements Relating to Compensation of Former DoD Officials� SEP 2011������� 252.204-7012� Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019������ 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 DEC 2019������ 252.204-7018� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � DEC 2019������ 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�� JUN 2013������� 252.246-7004� Safety of Facilities, Infrastructure, and Equipment for Military Operations ������� END OF CLAUSES Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of all CLINs with total. 2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS. 3. Representations and Certifications (52.212-3 Alt 1). The Government reserves the right to obtain past performance data from other sources than those identified by the Offeror in evaluating past performance. This includes, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and other designated Technical Representatives. Offerors are reminded that both independent data and data provided by Offerors in their quotes may be used by the Government to evaluate past performance. The Contracting Officer may also evaluate past performance based on direct knowledge of the Contractor's performance on current or recent contracts. This solicitation is being issued as a Total Small Business Set-Aside in accordance with FAR 52.219-6: Only qualified sellers may submit bids. This solicitation will end at the time specified on the announcement. Offers received after the required date of submission may not be considered unless determined to be in the best interest of the Government. Questions concerning this RFQ should be submitted electronically through the contract opportunities portal. Question and Answer period ends 11:00 am EST 12 May 2020. Amendment(s), if necessary will be posted to the beta.SAM.gov contract opportunities website, paper copies will not be issued. Interested parties are encouraged to check this website frequently for amendments. Responses to this RFQ are due at 11:00 a.m. EST 19 May 2020.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1cd0cadb7eb4305b9b4b1c1dfb6e194/view)
 
Place of Performance
Address: South Portland, ME 04106, USA
Zip Code: 04106
Country: USA
 
Record
SN06971980-F 20240223/240221230046 (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.