Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

89 -- Catering Services to the Iowa Army National Guard in Johnston, IA

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-08-Q-0016
 
Response Due
9/10/2008
 
Archive Date
11/9/2008
 
Point of Contact
Renee Rausch, 515-252-4615<br />
 
Small Business Set-Aside
N/A
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. (II) This solicitation is issued under Request for Quotation (RFQ) number W912LP-08-Q-0016. All proposals shall reference the RFQ number and shall be submitted by 1:00 P.M. local time on 10 Sep 2008. The anticipated award date is 12 Sep 2008. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-26 dated 12 June 2008. (IV) This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award may be made to a participating large business. The North American Industry Classification system code (NAICS) 722320 size standard of $7M. (V) COMMERCIAL ITEM DESCRIPTION: The Iowa National Guard is requesting catering services to Camp Dodge, in Johnston, IA 50131. Line Item 0001, Qty- 8,640 ea. Catered Breakfast Meals, Line Item 0002, Qty- 320 ea. Catered Lunch Meals, Line Item 0003, Qty- 7,960 ea. Catered Dinner Meals, Line Item 0004, Qty- 1 ea. CMR Reporting, The vendor may charge the Government a fee for compliance with Contractor Manpower Reporting (CMR). All bidders must submit an amount or a waiver of the fee in their proposal; the amount will be taken into consideration during price evaluation. The report is only required to be completed by the awardee. Contractor Manpower Reporting is an Army Initiative that was implemented on Mar 8, 2005 to obtain better visibility of the contractor service workforce from Contractors supporting the Army. Please read the implementation language below, it will include the web-site address in which the information is entered. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil Reporting period will be the period of performance not to exceed 12 months ending 30 Sep of each government fiscal year and must be reported within 30 days of the last day of the period of performance of the purchase order. (VI) FOR A DETAILED DESCRIPTION OF OUR REQUIREMENTS, REFERENCE THE STATEMENT OF WORK, MEAL PLAN AND WAGE DETERMINATION POSTED AT http://216.81.179.134/ebs/advertisedsolicitations.asp (VIII) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial (IX) N/A (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx)). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.219-8, Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-25 Affirmative Action, 52.222-22, Previous Contracts and Compliance Reports; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable; 52.203-3, Gratuities; 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea. (XIII) Changes/amendments will be posted on the following website: http://216.81.179.134/ebs/advertisedsolicitations.asp Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing to the address below or via e-mail to renee.rausch@us.army.mil no later than 3:00 p.m. on 8 Sep 2008. All answers (on a non-attribution basis) will be contained in a document titled Questions and Answers located with in the aforementioned website. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A (XV) N/A (XVI) Sign and date your offer, the offer must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: TSgt Renee Rausch, Contract Specialist at or before 1:00 P.M., 10 Sep 2008. (XXVII) For information regarding this solicitation contact TSgt Renee Rausch, renee.rausch@us.army.mil or CW4 Mark Thompson at mark.lowell.thompson@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4d3fad0c40959d57360cd1f042c3b1c0&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 70th Ave Johnston IA<br />
Zip Code: 50131-1824<br />
 
Record
SN01650677-W 20080827/080825223113-4d3fad0c40959d57360cd1f042c3b1c0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.