SOLICITATION NOTICE
S -- MASTER BLANKET PURCHASE AGREEMENT (BPA)CATERED MEALS SELFRIDGE AIR NATIONAL GUARD, MICHIGAN
- Notice Date
- 11/5/2024 9:49:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- W7NF USPFO ACTIVITY MIANG 127 SELFRIDGE ANGB MI 48045-5213 USA
- ZIP Code
- 48045-5213
- Solicitation Number
- W50S8525QA001
- Response Due
- 11/25/2024 12:30:00 PM
- Archive Date
- 12/10/2024
- Point of Contact
- Arnold H.Singleton, Phone: 5862395917, Andrea Senska, Phone: 5862395819
- E-Mail Address
-
arnold.singleton@us.af.mil, andrea.senska@us.af.mil
(arnold.singleton@us.af.mil, andrea.senska@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Michigan Nation Guard (Selfridge Air National Guard Base, MI) is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, FAR 13, and 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. A Blanket Purchase Agreement (BPA) will be established for catered meals for the Michigan Nation Guard (Selfridge Air National Guard Base, MI)�. A BPA is not a binding contract but an agreement; thus firm fixed pricing must be set prior to any orders being placed againt the BPA at the time of issuing a Task Order (BPA Call). Additionally, either the Government or the Contractor has the choice to terminate or re-negotiate an agreement provided a thirty (30) day notification is provided. BPA period of performance is usually for a five (5) year period unless terminated by either party or the Master BPA dollar limit capacity has been met. The government is looking for qualified companies to provide catered meals to the Michigan Nation Guard (Selfridge Air National Guard Base, MI) within the government per diem rates. The intent is to established Blanket Purchase Agreements with two or more catering companies that are capable of meeting the catering requirements in accordance with attachment Description of Service (DOS). The BPA holder/s shall provide services, supplies, labor,supervision and subsistence to ensure proper execution of catered meal services. Catered meals shall be prepared off site, then deliverd and served according to the DOS, bulk package or individual package in accordance with the scheduled catering which shall be specified in the Task Order (BPA Call). The Task Order (BPA Call) shall be issue to the BPA holder with the lowest price at the time of the BPA RFQ (Offering Letter). 1.0��REQUEST FOR QUOTE 1.1� The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06 1.2� � �Set aside is 100% smal business 1.2.1� NAICS: 722320 Caterers 1.2.2� PSC: S203 1.2.3� Applicable small business size standard is $9,000,00 1.3� � Place of performance: Selfridge Air National Guard Base, MI 1.4� �Requirement details are on Attachment (A)- Description of Service (DOS) 2.0� QUOTE FORMAT 2.1� Refer to clause 52.212-1 Instructions of Offeror for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b). 2.2� Offers should include the Solicitation Number, Contractor's Name and address point of contact name,phone and email address,CAGE CODE,UNIQUE ENTITY IDENTIFIER (UEI) Tax Identification Number, and Expiration Date of Pricing (minimum of 90 days) 2.3� Pricing of the offer/s shall include substaining data of the price quote to established that the quoted price is reasonable and complete. 2.4� The quote shall not contain citations or active links to the internet and the information will not be accepted and removed from the quote. 2.5� �Quotes shall be submitted utilizing the attached Contractors Bid Sheet in accordance with the Description of Service (DOS) Technical Exhibits 4 and 5 (Minimum Menu Standards) 2. 6� Questions due: 14 November 2024 (Friday) @ 12:30 pm Eastern Standard Time (EST) Questions must be submitted via email to: arnold.singleton@us.af.mil. No questions shall be taken or answered via telephone. 2.7� Quotes Due Date:� 25 November 2024 (Monday) @ 12:30 pm Eastern Standard Time (EST)� The Government reserved the right to require minor clarifications or to hold discussions, However, the Government may award without requesting clarification for ambiguity. 3.0 TECHNICAL CAPABILITY� 3.1� �The quote shall present relevant information articulating the offer's proposed approach to meeting the DOS requirements. This section shall clearly demonstrate the offeror's understanding by providing a clear description of the proposed approach to performing the work. The offeror's description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offero has done, not how well it was accomplished) in performing proposed processes and procedures. 4.0 EVALUATION 4.1� � The offer will be evaluated for price reasonablenss compared to the Government's anticipated pricing base on the price per meal IAW the Government's per diem rate to include reasonable administrative fees (i.e. delivery fee, labor, etc.) 4.2� �The offer should provide the price breakdown (i.e. meal cost, delivery fee, labor, etc.) for comparison. 4.3� �The government intends to award to the responsible company whose quote, confirming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. 4.4� Best value will be determined by evaluating price, past performance and technical approach. Technical capability will be rated as acceptable of unacceptable. 4.5� Evaluation factors are approximately equal in significance. 4.6� Unsatisfactory action in FAPIIS or SPRS in the last three (3) years may render your quote as unacceptable. 5.0 SAM REGISTRATION/JOINT VENTURE In accordance with Class Deviation 2023-00001 effective October 28, 2022, a small business joint venture offeror must submit,with it offer, the prepresentation required in paragraph (c) of FAR solictiation provision 52.212-3, Offeror Representations and Certifications-Commercial products and Commercial Services and paragraph (C) of FAR solicitation 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program or (E) Historically underutilized business zone small business. 6.0 AWARD 6.1� �In accordance with FAR 12.207 , a firmed fixed contract shall be issued. 6.2� Dates of period of performace may begin as early as December 2024 6.3� Task Orders (BPA Calls) will be solicited amongst the BPA Holder/s and will be evaluated for price reasnableness for issuing a purchase order. 7.0 Billing Instructions 7.1� Invoice terms are Net 30 days. 7.2� Invoices must be for services rendered. Invoices will not be accepted for billing future services during the period of performance. 7.3 Quantity for services corresponds to the number of invoices to be submitted once per month for the time of performance. 7.4 Invoices must be submitted through Wide Area Work Flow (WAWF) in accordance to the WAWF Instruction clause 252.232-7006 7.4.1� The invoiced amount for the CLIN shall not exceed the unit of issue amount otherwise it shall be ""Rejected"" 7.4.2� Invoices shall be submitted after the period of performance has ended. 7.4.3� The Contracting Officer or the designated inspector and acceptor in WAWF has seven days to inspect and accept or reject the invoice. Once accepted, the invoice is sent to DFAS for payment and EDI transmission to the contractor . 8.0� W50S8525QA001 PROVISION AND CLAUSES 8.1� Refer to attachements for provision and clauses incorporated for this Request for Quote (RFQ)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee9732ddb3094594968b58e2e37332f7/view)
- Place of Performance
- Address: Selfridge ANGB, MI 48045, USA
- Zip Code: 48045
- Country: USA
- Zip Code: 48045
- Record
- SN07257140-F 20241107/241105230101 (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 |