Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOLICITATION NOTICE

72 -- Catering Services - Combined Synopsis Solicitation

Notice Date
10/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
W912LR-16-T-0001
 
Archive Date
11/28/2015
 
Point of Contact
Carlos Montanez, Phone: 787-253-5238, April Thomas, Phone: 5757844409
 
E-Mail Address
carlos.m.montanez.mil@mail.mil, april.thomas.3@us.af.mil
(carlos.m.montanez.mil@mail.mil, april.thomas.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Price List SOW Combined Synopsis Solicitation See Attachments1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84 and Defense Change Notice 20151001. 3)The standard industrial classification code is 5812, NAICS is 722320, Small Business Size Standard for this NAICS code is $7.0 mil. 4)The 156th AW/140th SQ intends to establish a Blanket Purchase Agreement (BPA) with one or more catering contractors to satisfy meal requirements for Air National Guard (ANG) personnel. The Government intends to enter into a BPA for a period of five (5) years, from the date of the agreement; the BPA will be reviewed annually for necessity. Please note a BPA is not a contract. A BPA is a streamlined method to fill repetitive needs for services. There is no minimum or maximum guaranteed quantity. Individual calls placed against the BPA shall not exceed $25,000.00. Authorized Callers are the only individuals authorized to place an order/call against the BPA. A listing of Authorized Callers will be distributed to the vendors used for this requirement. It is anticipated that BPAs will be established across the following two (2) locations in accordance with the attached Performance Work Statement (PWS): It is the Government's intent to establish a minimum of two (2)/maximum of three (3) BPAs for this requirement, provided sufficient qualified vendors submit offers. a)CLIN 0001: 500 meals provided to $____Ea Meal 156th AW, Muniz ANG Carolina, Puerto Rico POP: 1 Dec 2015 - 30 Nov 2020 (approximately 4 times a year) b)CLIN 0002: 60 meals provided to $____Ea Meal 140th Sq Punta Salinas, Puerto Rico POP: 1 Dec 2015 - 30 Nov 2020 (approximately 12 times a year) See Attached Statement of Work 5)Delivery shall be F.O.B. Destination to: 156 MSG/MSC Muñiz AFB, PR 200 Jose Tony Santana Ave. Carolina PR 00979-1502 & 140th SQ Punta Salinas Toa Baja, PR 00979-1502 POP: 5 yrs (estimate: 1 Dec 2015 - 30 Nov 2020) 6)In accordance with FAR 52.212-1(k), all offerors must be registered and active in the System for Award Management (SAM). The SAM database can be accessed through https://www.sam.gov. 7)All vendors that are found to be technically acceptable will need to pass an inspection performed by the 156th MED/SGPM Public health office prior to the BPA being established. The following provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which the Government will award multiple BPA's 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1.Price 2.Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, Health Inspections, and Quality Products (i.e., product descriptions and/or products data shall be attached to the price proposal). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor (above micro-purchase), FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (above micro-purchase), FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35 Equal Opportunity for Veterans (above $100K), FAR 52.222-36 Affirmative Action for Workers with Disabilities (above $15K), FAR 52.222-37 Employment Reports on Veterans (use only if using 52.222-35), FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management. The following DFARS clauses cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252-225-7001 Buy American and Balance of Payments Program DFARS 252-225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea - Basic The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 8) Quotes must be signed, dated and submitted by 13 Nov 2015, 1000hrs, Eastern Standard Time. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Offerors must submit active Cage code number with quote. Primary: MSgt Carlos Montanez - carlos.m.montanez.mil@mail.mil (787) 253-5238 Alternate: MSgt April Thomas- april.l.thomas29.mil@mail.mil (787) 253-5238
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/W912LR-16-T-0001/listing.html)
 
Place of Performance
Address: 200 Jose Tony Santana Ave, Carolina, Puerto Rico, 00979, United States
Zip Code: 00979
 
Record
SN03922273-W 20151017/151015234243-3797ef5ea18a6d5e12e1db7cd579c8f9 (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.