Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SOLICITATION NOTICE

S -- 1073rd MC Camp Dodge Catered Meals

Notice Date
12/18/2025 8:59:19 AM
 
Notice Type
Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB26QA010
 
Response Due
1/2/2026 9:30:00 AM
 
Archive Date
01/17/2026
 
Point of Contact
Cassandra Williams, Olayemi O. Olatunji
 
E-Mail Address
cassandra.n.williams12.civ@army.mil, olayemi.o.olatunji.mil@army.mil
(cassandra.n.williams12.civ@army.mil, olayemi.o.olatunji.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR QUOTE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, 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. 1.1 Set aside is 100% Small Business. 1.2 Place of Performance: Camp Dodge, Johnston, IA 50131 1.3 Period of Performance: February 1 to 14 February 2026 1.4 Quantities 1.4.1 Please review attachment B 2.0 QUOTE FORMAT 2.1 Please use the Chart of Requirement to provide pricing per meal, total amount per day, and the total pricing of the Task Order. Record the pricing on columns S and T. 2.2 Sample Menu of breakfast and dinner to be submitted with pricing 3.0 TECHNICAL CAPABILITY 3.1 The proposal shall present relevant information articulating the offeror�s proposed approach to meeting the PWS 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 offeror has done, not how well it was accomplished) in performing proposed processes and procedures. Offers must submit a technical approach to include narrative of the quality assurance plan process. 3.2 Questions due: 31, December 2026 at 12:30 pm Eastern Standard Time (EST) Questions must be submitted via email to cassandra.n.williams12.civ@army.mil. Questions will not be answered via telephone. Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of the proprietary information. In order to receive responses to questions, Offerors shall cite, at a minimum, the section, paragraph, number, and page number. The Government will not address any hypothetical questions aimed toward receiving a potential �evaluation decision� from the Government. 3.3 Quotes due: 2 Janaury 2026 at 12:30 p.m. Eastern Standard Time (EST) 4.0 EVALUATION 4.1 The Government intends to award to the small business that provides the best value to the Government which meets all the requirements and provisions in the PWS. 4.2 Best value will be determined by evaluating price, past performance, and technical approach INCLUDING SUBMITTING A SAMPLE MENU. Technical capability will be established by evaluating the experience the contractor has with relevant and similar contracts. Technical approach and technical capability will be evaluated as acceptable or unacceptable. All factors are rated approximately equal. 4.3 The government intends to award to the responsible contractor whose quote, conforming to the solicitation, is most advantageous to the government based on price and the execution meeting the requirements for each individual location and other factors that provide the best value. 4.4 The government may award to other than the lowest priced quote if the factors of technical capability and technical approach provide the best value and exhibit betterments above the minimum requirements identified in the PWS. The government is going to evaluate the method of accomplishing the catered meal at the location per the PWS. The government will rate this approach as acceptable or unacceptable. 4.5 Negative or adverse information on FAPIIS or SPRS in the last three years may render your quote unacceptable. 5.0 SAM REGISTRATION/JOINT VENTURE In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 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 NIST COMPLIANCE 6.1 in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements. 6.2 National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance. 6.3 Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote. 6.4 The assessment shall be no more than three years since reporting. 7.0 AWARD 7.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued. 7.2 Approximate start performance date will be February 1, 2026, unless otherwise instructed 7.3 The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance. 8.0 BILLING INSTRUCTIONS 8.1 Invoice terms are Net 10 days. 8.2 Invoices must be for services rendered. Invoices will not be accepted for billing future service purchases during the performance period. 8.3 Inspection and acceptance will be at the place of performance. 8.4 Quantity for service purchases corresponds to the number of invoices to be submitted once per month for the time of performance. 8.5 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil). 8.5.1 Instructions are on clause 252.232-7006. 8.5.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount. 8.5.3 Invoices shall be submitted after the service purchase and performance has been completed. 8.5.4 The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/29ba7645aae3424e828e8df7e3cf192e/view)
 
Place of Performance
Address: Johnston, IA 50131, USA
Zip Code: 50131
Country: USA
 
Record
SN07670078-F 20251220/251218230040 (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.