Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

M -- Full Service Food Contractor for Delaware National Guard

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
166 AW/MSC, 2600 Spruance Drive, Corporate Commons, New Castle, DE 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5-11-T-0011
 
Response Due
9/24/2011
 
Archive Date
11/23/2011
 
Point of Contact
Jonathan Bailey, 302-323-3418
 
E-Mail Address
166 AW/MSC
(jonathan.bailey@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as 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. The solicitation number assigned to this action is W912L5-11-T-0011. This solicitation for commercial services is prepared using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5 as supplemented with the additional information included in the solicitation and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720. This acquisition is being set-aside exclusively for Small Business concerns. In the event of insufficient small business participation, the government reserves the right to make an award on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 722310, with a size standard of $35,500,000. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-53 dated 04 August 2011 and Defense Acquisition Circular (DAC) 91-13 DPN 20110725. The Delaware National Guard's requirement is to provide all personnel, subsistence, paper goods, and labor required to accomplish full service meal preparation at the Delaware Army National Guard Training Site 193rdRTI/BBTS, 163 Scannell Blvd, Building #125, Bethany Beach, DE.19930, in accordance with AR 30-22, attached SOW/QASP, and sample menus for the following: The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable). The Government intends to place one, Firm-Fixed Price Indefinite Delivery Requirements Contract without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. Specific Instructions: The Delaware National Guard intends to award without discussions, a Firm Fixed Price Indefinite Delivery Requirements Contract for Full Food Service Support at the Bethany Beach RTI, in Bethany Beach Delaware. (a) An Indefinite Delivery Requirements Contract is being issued to meet this government requirement as the exact times and/or exact quantities of future deliveries are not known at the time of contract award. (b) The actual dates and quantities will be determined based on the needs of the government and forwarded to the successful offeror no later than 10 days prior to the start of performance. At that time, an individual task order will be awarded for an amount based on the unit pricing submitted in the initial offer. (c) There is a maximum value of $200,000.00 for the base year as well as for each option year of the contract, $1,000,000.00 total, if all options are exercised. It is important to understand that the government's only requirement under the duration of this contract is to order the stated minimum quantity of services for the Base Year as outlined in FAR clause 52.216-19 ($2,500.00). In accordance with Far clause 52.232-19, the award of this contract, its option periods, and all future task orders are subject to the availability of funding for the fiscal year identified in the line item description block. (d) To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Price Proposal and General Considerations: Offerors must submit the items below either electronically to jonathan.bailey@ang.af.mil or via facsimile (302-323-3344) no later than 1200 hours on 24 September 2011: (a) Insert proposed prices into the Pricing Schedule included in this Combined Synopsis/Solicitation, including all option periods and discount terms. Be sure to include both a unit price for each CLIN as well as an overall TOTAL price. In doing so, the offeror accedes to the contract terms and conditions as written in the RFQ. (b) Complete the necessary fill-ins and certifications in provisions 52.212-3 Alt I and 252.212-7000. However if annual reps and Certs are completed via ORCA, Online Representations and Certifications Application at https://orca.bpn.gov only section (b) of the provision is required to be returned. Offerors must also complete the representation in Provision 52.209-7. (c) A Sample Meal Plan representative of Attachment 02 is a required submittal used to determine technical acceptability. If a vendor finds it necessary to submit additional information to highlight services or amenities not included in the Pricing Schedule; documentation shall be kept to a minimum of 10 pages or less. Maximum local meal rates are established annually by the Defense Travel Management Office and can be located online at: http://www.defensetravel.dod.mil/site/perdiemCalc.cfm. Offerors are reminded that all snacks, drinks, salad bars, and hors d'oeuvres are inclusive of the established maximum meal rate. (d) There is no additional requirement to submit a history of past performance on similar projects. Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System. (e) The contractor is also required to report the contractor manpower information associated with performance of this contract action to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs), using the secure Army data collection web site at https://cmra.army.mil/. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Please be sure to include any administrative cost related to this requirement under SUBCLIN 0001AE, 0002AE, 0003AE, 0004AE, and 0005AE of the solicitation. Basis For Contract Award This is a competitive best value acquisition in which the government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price; Technical Capability; and Past Performance. The evaluation process shall proceed as follows: (a) Initially offers shall be ranked according to price, including all option year prices. An offeror's proposed pricing will be determined by adding the Pricing Total for the base year to the Pricing Total for each option year. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. (b) By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements for this commercial service, and will be determined technically acceptable. (c) The contracting officer shall seek relevant performance information on all offerors based on the past and present efforts provided by data independently obtained from other government databases. Offerors with no relevant past or present performance history shall receive the rating "neutral," meaning the rating is treated neither favorably nor unfavorably. GENERAL SUBMITTAL REQUIREMENTS: Submit TOTAL price for each of the following CLINS as outlined in the Performance Work Statement and Attachment 02 Sample Meal Plan in order to be considered for award (partial quotes will not be considered): CLIN 0001: Provide three meals per day (to include: Breakfast, Lunch, Dinner, Salad Bar, and Drinks) from 09 OCT 2011 through 08 OCT 2012, at the 193rdRTI/BBTS. 0001AA: Breakfast Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0001AB: Lunch Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0001AC: Dinner Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0001AD: Boxed Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) CLIN 0002: Provide three meals per day (to include: Breakfast, Lunch, Dinner, Salad Bar, and Drinks) from 09 OCT 2012 through 08 OCT 2013, at the 193rdRTI/BBTS. 0002AA: Breakfast Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0002AB: Lunch Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0002AC: Dinner Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0002AD: Boxed Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) CLIN 0003: Provide three meals per day (to include: Breakfast, Lunch, Dinner, Salad Bar, and Drinks) from 09 OCT 2013 through 08 OCT 2014, at the 193rdRTI/BBTS. 0003AA: Breakfast Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0003AB: Lunch Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0003AC: Dinner Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0003AD: Boxed Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) CLIN 0004: Provide three meals per day (to include: Breakfast, Lunch, Dinner, Salad Bar, and Drinks) from 09 OCT 2014 through 08 OCT 2015, at the 193rdRTI/BBTS. 0004AA: Breakfast Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0004AB: Lunch Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0004AC: Dinner Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0004AD: Boxed Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) CLIN 0005: Provide three meals per day (to include: Breakfast, Lunch, Dinner, Salad Bar, and Drinks) from 09 OCT 2015 through 08 OCT 2016, at the 193rdRTI/BBTS. 0005AA: Breakfast Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0005AB: Lunch Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0005AC: Dinner Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) 0005AD: Boxed Meals $_________________ PER PERSON/PER DAY (EST 4250 meals per year) SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include pricing and details of services to be provided (including a sample meal plan conforming to the requirements of attachment 02) for each line item identified. Proposal should be submitted under company letterhead, with DUNS number, FTID, company Name, Address and POC included. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the Central Contractors Registry (CCR) at http://www.ccr.gov/ and Online REPS and CERTS (ORCA) at https://orca.bpn.gov/. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; 52.252-1 Provisions Incorporated by Reference (http://farsite.hill.af.mil). Representations and Certifications: 52.212-3 Offeror Representations and Certifications -- Commercial Items ALT I.252.212-7000 Offeror representations and certifications Commercial Items. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-3 Gratuities; 52.203-5 Covenant against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-kickback Procedures; 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.209-6 Protecting the Government's Interest when Subcontracting with Debarred or Suspended Contractors; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev.); 52.216-19 Order Limitations; 52.216-21 Requirements; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 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; 52.222-35 equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act 0f 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-5 Pollution Prevention and Right to Know Information; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-28 Invitation to Propose Performance Based Payments; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-2 Service of Protest; 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; 52.242-13 Bankruptcy; 52.245-1 Government Property; 52.252-1 Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil; 52.252-5 Authorized Deviations in Provisions; 52.252-6 Authorized Deviations in Clauses; 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alternate A; 252.204-7007 Alt A: Annual Reps and Certifications; 252.211-7003 Item Identification and Valuation; 252.211-7007 Reporting of GFE in DoD IUD Registry; 252.212-7000 Offeror Reps and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.216-7006 Ordering; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; and 252.247-7023 Transportation of Supplies by Sea. Submit all offers in response to this synopsis/solicitation to the Point of Contact TSgt Jonathan Bailey; either electronically to: jonathan.bailey@ang.af.mil or via facsimile at: (302) 323-3344. Please submit all questions in writing by email to the aforementioned, questions or inquiries received by telephone will not be addressed. Offers received after 12:00pm Eastern on the required date of submission September 24, 2011; may not be considered unless determined to be in the best interest of the government. As prescribed in FAR 32.705-I (a) insert the following clause: AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. THIS CONTRACT IS SUBJECT TO THE SERVICE CONTRACT ACT OF 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.wdol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L5-11-T-0011/listing.html)
 
Place of Performance
Address: 166 AW/MSC 2600 Spruance Drive, Corporate Commons New Castle DE
Zip Code: 19720-1615
 
Record
SN02576555-W 20110916/110915000513-e6f1449af42087cb2fca23b694da856b (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.