SOLICITATION NOTICE
89 -- 183 SVF FY25 RSD Meals
- Notice Date
- 3/6/2025 5:41:02 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- W7M6 USPFO ACTIVITY ILANG 183 SPRINGFIELD IL 62707-5003 USA
- ZIP Code
- 62707-5003
- Solicitation Number
- W50S7U-25-Q-0001
- Response Due
- 3/20/2025 1:00:00 PM
- Archive Date
- 12/31/2025
- Point of Contact
- Alicia C. Braun, Phone: 2177571265, Amanda Brenizer, Phone: 2177571251
- E-Mail Address
-
Alicia.Braun@us.af.mil, Amanda.Brenizer@us.af.mil
(Alicia.Braun@us.af.mil, Amanda.Brenizer@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. The Government reserves the right to award on a multiple award or an all or none basis. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W50S7U-25-Q-0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (effective 17 January 2025). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a). North American Industrial Classification System (NAICS) 722310 � Food Service Contractors and Size Standard of $47.0M applies to this procurement. RFQ Submission and Information for 183d SVF RSD Meals: 1. Quotes shall conform to the CLIN structure as established in RFQ Submission Format. 2. Please see the attached Statement of Work (SOW) for detailed description of requirements. 3. Quotes must be submitted to 1st Lt Alicia Braun and MSgt Amanda Brenizer at Alicia.Braun@us.af.mil, and Amanda.Brenizer@us.af.mil not later than (NLT) 3:00 PM CDT, 20 March 2025. Oral offers will not be accepted. 4. The resulting contract(s) will be Firm-Fixed Price (FFP). 5. Quotes will be evaluated to determine the best value to the Government providing the greatest overall benefit in response to the requirement based on price and meeting the salient characteristics listed in the Statement of Work. 6. Please quote the price per meal in accordance with the SOW for: CLIN 0001 183 WG May RSD Meals � Sunday 04 May 2025 Quantity: 200 Each CLIN 0002 183 WG May RD Meals � Friday 16 May 2025 Quantity: 150 Each CLIN 0003 183 WG June RSD Meals � Friday 06 June 2025 Quantity: 150 Each CLIN 0004 183 WG June RSD Meals � Saturday 07 June 2025 Quantity: 200 Each CLIN 0005 183 WG June RSD Meals � Sunday 08 June 2025 Quantity: 200 Each CLIN 0006 183 WG August RSD Meals � Friday 01 August 2025 Quantity: 150 Each CLIN 0007 183 WG August RSD Meals � Saturday 02 August 2025 Quantity: 200 Each CLIN 0008 183 WG August RSD Meals � Sunday 03 August 2025 Quantity: 200 Each CLIN 0009 183 WG August RD Meals � Friday 15 August 2025 Quantity: 150 Each CLIN 0010 183 WG September RSD Meals � Friday 05 September 2025 Quantity: 150 Each CLIN 0011 183 WG September RSD Meals � Saturday 06 September 2025 Quantity: 200 Each CLIN 0012 183 WG September RSD Meals � Sunday 07 September 2025 Quantity: 200 Each Price per meal should include food, labor, and any applicable fees. This is for delivery of prepared food only. No service is needed. Refer to SOW for additional details. The Federal Government is tax exempt. Delivery Location is as noted in the SOW. The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27 Prohibition on a ByteDance Covered Application 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-50 Combatting Trafficking in Persons 52.223-5 Pollution Prevention and Right to Know Information 52.225-13 Restrictions on Certain Foreign Purchases 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-42 Statement of Equivalent Rates for Federal Hires 52.252-2 Clauses Incorporated by Reference Fill-in information: https://www.acquisition.gov/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors � Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications�Commercial Items 52.222-22 Previous Contracts and Compliance Reports 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.225-7055 Representation Regarding Business Operations with the Maduro Regime All potential offerors/quoters are reminded that firms MUST be registered in the System for Award Management database at https://sam.gov to be considered for award. Lack of registration will make an offer ineligible for contract award. Quotes must be submitted to 1st Lt Alicia Braun and MSgt Amanda Brenizer at Alicia.Braun@us.af.mil and Amanda.Brenizer@us.af.mil not later than (NLT) 3:00 PM CDT, 20 March 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dbf30c66994f4998ab4f47058e85051f/view)
- Place of Performance
- Address: Springfield, IL 62707, USA
- Zip Code: 62707
- Country: USA
- Zip Code: 62707
- Record
- SN07364109-F 20250308/250307152953 (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 |