SPECIAL NOTICE
S -- Catered Meals - SOW
- Notice Date
- 12/3/2014
- Notice Type
- Special Notice
- NAICS
- 722320
— Caterers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, North Carolina, 27607-6412
- ZIP Code
- 27607-6412
- Solicitation Number
- 12032014
- Point of Contact
- Derek Meilinger, Phone: 9196646019
- E-Mail Address
-
derek.t.meilinger.mil@mail.mil
(derek.t.meilinger.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing sheet North Carolina Map Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and pursuant to the simplified acquisition procedures of Part 13 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. This solicitation incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation (FAR) Circular FAC 2005-76 thru August 25, 2014. The associated North American Industry Classification System Code (NAICS) is 722320, Caterers, with a Size Standard of $7 Million. 1. INTRODUCTION: The USPFO of North Carolina, intends to issue multiple Blanket Purchase Agreements (BPAs) for catered meals service in Various locations in North Carolina. 2. GOVERNMENT FURNISHED EQUIPMENT (GFE) AND SERVICES: NCARNG shall provide the following: None, unless a facility is available in which to allow for food preparation but this will be rare. 3. SERVICE REQUIREMENT: The Contractor will be required to provide catered meals delivered to various locations across North Carolina for the North Carolina National Guard (NCARNG). The requirements of this contract include providing the breakfast, lunch, and dinner meal as well as plates, napkins, cups and cutlery. 4. Catered Meals TO BE FURNISHED: Interested parties are to quote a full meal rate for breakfast, lunch, and dinner encompassing all staffing requirements and food for a period of one year. The Contractor will provide all required personnel and equipment. Companies who enter into a Blanket Purchase Agreement with the USPFO NC will be asked to provide a quote for each year following the initial one year period if the USPFO NC decides to continue the agreement. The initial year of performance is expected to be Jan 4, 2015 to Jan 3, 2016. 5. SERVICE CONTRACT ACT Wage Determination: Interested parties are to be aware that calls made under the BPA will be subject to compliance with FAR Clause 52.222-41 Service Contract Act of 1965. Each service employee employed in the performance of this contract by the Contractor or any subcontractor shall be paid not less than the minimum monetary wages and shall be furnished fringe benefits in accordance with the wages and fringe benefits determined by the Secretary of Labor, or authorized representative, as specified in any wage determination attached to this contract. The wage determination applicable to BPA calls is WD 05-2401 (REV.-14) 6. BUSINESS TYPE: The NAICS code is 722320 and the size standard is less than $7.0 million; in accordance with FAR 19.501, the Government's intent is to establish BPAs with small businesses. In the event there are not enough responses from responsible, capable small businesses, then large business responses will be considered. 7. INDIVIDUAL AWARDS: Individual call numbers shall not exceed the Simplified Acquisition Threshold of $150,000. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized. A BPA may be issued for a one-year period and renewed annually thereafter that the Government's discretion for up to a total period of 5 years. The Government reserves the right to add/delete vendors at any time throughout the life of the BPA. There is no minimum Government obligation. 8. Interested parties are requested to provide their DUNS numbers for verification of inclusion in the System for Award Management (https://www.sam.gov/) which now hosts the Government's Central Contractor Registry. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR 9. PAST PERFORMANCE: Past performance will be considered in selecting BPA recipients to the extent that interested parties having relevant adverse past performance evaluations within the past three years will not be awarded a BPA. 10. DELIVERY: Delivery shall be FOB to various locations in North Carolina All BPA calls/orders shall be issued on a firm fixed price basis. 11. INSTRUCTIONS TO RESPONDENTS: 11.1. Responses or questions concerning this announcement should reference notice number W91242-15-T-0001 and should be directed to Derek Meilinger at 919-664-6019 or to: derek.t.meilinger.mil@mail.mil 11.2. Companies interested in receiving a BPA shall submit the requested documentation no later than Jan 3, 2014 11:am EST to the attention of Derek Meilinger, Contracting Officer, via email to: derek.t.meilinger.mil@mail.mil 11.3. Responses are to include: A quotation using the Pricing Sheet provided with this Notice. To enter into a BPA, companies must be registered in the Government's Central Contractor Registry as discussed in Paragraph 8. Include your active DUNS number under which you are registered. A copy of the North Carolina map with the areas highlighted/shaded that you will be able to service.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31/12032014/listing.html)
- Place of Performance
- Address: North Carolina, United States
- Record
- SN03585826-W 20141205/141203234344-bd42b091e07aea9b168588d9775563ba (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 |