Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SOLICITATION NOTICE

89 -- Catered Meals

Notice Date
3/26/2025 7:42:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
OFFICE OF PROCUREMENT, OPERATIONAL SUPPORT SECTION � A47 LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
M-25-A31-R-000201
 
Response Due
3/31/2025 2:00:00 PM
 
Archive Date
04/15/2025
 
Point of Contact
Christopher Jones, Julie Simpson
 
E-Mail Address
christopher.jones10@usdoj.gov, julie.simpson@usdoj.gov
(christopher.jones10@usdoj.gov, julie.simpson@usdoj.gov)
 
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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. Award will be made to the offeror that represents the best value to the Government. While the Government anticipates awarding a contract (subject to the availability of funds), the Government reserves the unilateral right to not make an award. Request for Quote (RFQ) number M-25-A31-R-000201 incorporates the provisions and clauses effective through Federal Acquisition Circular (FAC) 2025-03 dated 17 January 2025. This requirement is a 100% small business set-aside under North American Industry Classification System code (NAICS) 722320 � Caterers, with a size standard of $9.0 million. All offerors must be registered in the System for Award Management (SAM) for �All Awards� prior to submitting a quote. SAM can be accessed at www.sam.gov. The United States Marshals Service (USMS) Special operations Group (SOG) has a requirement for catered meals to be served in-and-around the SOG facilities located at the Louisianna National Guard Training Center in Pineville, LA. The training dates will be 12 April 2025 � 17 April 2025, and 26 April 2025 � 01 May 2025. The successful contractor will be required to prepare and serve three (3) meals per day in accordance with the training dates and training schedule in the Performance Work Statement (PWS) unless otherwise instructed by the Contracting Officer Representative (COR) that meals are not required. In addition to the meals, the successful contractor shall provide healthy and protein rich snacks between the breakfast and lunch meal, and again between the lunch and dinner meal. As summary of the training dates is below, but please see the PWS for full details to include food quality and quantity requirements. Training Dates # of Attendees* # of Training Days Total # of Meals Meals Required # of Snacks Required** 12 Apr 2025 � 17 Apr 2025 50 6 900 B, L, D, S 600 26 Apr 2025 � 01 May 2025 40 6 720 B, L , D, S 480 B = Breakfast; L = Lunch; D = Dinner; S = Snack * The number of attendees is the current estimate; however, the Government will provide the contractor with final headcounts no-later-than one (1) week prior to the start dates of 12 April 2025 and 26 April 2025. The headcount will have an impact on the total number of meals to be served. ** Contractor shall make healthy, nutritious snacks available between the breakfast and lunch meals, and again between the lunch and dinner meals. Snack count based on two snacks per day per attendee. See PWS Section 10.1 for acceptable snack items / variety. *Per the PWS, each attendee is required to consume between 3,500 � 4,500 nutrient dense calories per day. This will require two (2) trips through the food service line per attendee per meal period*. Vendors are strongly encouraged to review the entire attached PWS and to pay special attention to Section 8: Food Specifications, Section 8.1 General Information and Section 8.2: Food Counts. These sections provide critical information for successful vendor performance. The Government anticipates awarding a Firm-Fixed-Price (FFP) contract to the contractor that represents the best value to the Government amongst all offerors that demonstrate they can meet all specifications in the PWS. Due to the nature of this requirement, any interested contractor must have a physical business location within a 50-mile radius of the following address: 1401 �F� Street, Pineville, LA 71360 If you plan to utilize a subcontractor to fulfill this requirement, the radius requirement can be meet by their location in relation to the specified address above. Contractors will be assigned a confidence rating for each evaluation criteria below (numbered 1� 4) in order of importance: Contract Catering Personnel: Experience performing at this contract level, culinary training and culinary certifications and years of experience. Contract Management Experience: How experienced is the contractor in providing these services at a comparable or greater level. Contractor Performance: Contractor must provide three references for a performance period in the previous 24-months. References must include: Contact Name Contact Email Contact Phone Number Brief Description of Services Provided Price Criteria #1, #2, #3 and #4 when combined are of more importance than criteria #5 (price). Should multiple offerors receive the same Confidence Ratings for Evaluation Factors 1 - 4, Evaluation Factor 5 will be utilized as a �tie breaker.� The Following Confidence Ratings Will Be Used for All Evaluations: High Confidence: The Government has high confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with little or no Government intervention. Some Confidence: The Government has some confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with some Government intervention. Low Confidence: The Government has low confidence that the Offeror understands the requirement, does not propose a sound approach, and will not be successful in performing the contract even with Government intervention. All questions are due no-later-than 5:00 PM EST on 28 March 2025 and must be submitted to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Questions and offers will only be accepted via electronic delivery to the email addresses specified above (phone calls will not be accepted). All emails must reference the RFQ# in the subject line of the email. Failure to do so may result in your questions being inadvertently missed. All offers are due no-later-than 5:00 PM EST on 31 March 2025 and must be submitted in writing via email to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. All emails must reference the RFQ# in the subject line of the email. Failure to do so may result in your quotes being inadvertently missed. Guideline for Submission (1) � All offerors shall review this solicitation, provisions and clauses, and all attachments prior to submitting a quote. (2) � Offerors are encouraged to periodically check the System for Award Management (SAM.gov) for any amendments that may be made to the original solicitation, and for the answers to any questions received. (3) � All offerors are required to have an active registration in SAM. Offerors must have an active registration in SAM at the time of award to be eligible to receive contract award. (4) � All offers are due no-later-than 5:00 PM EST on 31 March 2025. (5) � All questions and offers must be submitted to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Questions and offers will only be accepted via electronic delivery to the email addresses specified above (phone calls will not be accepted). (6) � All offers shall be on company letterhead and must contain the following information: Unique Entity ID (UEI) Number CAGE Code Tax ID Number Company Name and Address POC Name, Email and Phone Number Quote Number RFQ Number (7) � All offers must have the ability to receive payment via the Invoice Processing Platform (IPP). IPP is a secure, web-based program utilized by Federal agencies to manage the invoice process. IPP registration IS NOT REQUIRED to submit a quote/offer for this procurement, but the successful offeror must register for IPP after award is made. Quote Format Please complete the excel pricing worksheet attached to this announcement to submit your quote. In addition to submitting a completed pricing worksheet, all offers must include the following information: RFQ number. Offeror name, address, POC email address and telephone number. Contractor business license and proof of insurance (IAW PWS 5.9). Contractor must include a realistic draft menu of a breakfast, lunch and dinner meal. This draft menu must be consistent with the actual menu that the contractor will serve if awarded the contract (IAW PWS 5.11). Required licenses and certifications IAW PWS 8.3. Contractor must complete the attached pricing sheet. Contractor must complete the attachment titled �Questions� and return with quote. Provide information for all confidence rating criteria as explained in the Request for Quotes.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6af610f7e5034fddbdaee4b50b804f16/view)
 
Place of Performance
Address: Pineville, LA 71360, USA
Zip Code: 71360
Country: USA
 
Record
SN07387511-F 20250328/250326230059 (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.