Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

S -- Delivered Meals & Catered Cookout - Wage Determination - Provisions & Clauses - PWS Annex B Menu - PWS Annex A Menu - Tax Liability Provision - Performance Work Statement

Notice Date
2/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
Department of the Army, National Guard Bureau, 102d Intelligence Wing, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
 
ZIP Code
02542-5028
 
Solicitation Number
F8M3SM5327AW01
 
Archive Date
3/5/2016
 
Point of Contact
Kirk B. Wetherbee, Phone: 5089684977, Kerry A. Wells, Phone: 5089684978
 
E-Mail Address
kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil
(kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Tax Liability Provision PWS Annex A Menu PWS Annex B Menu Provisions & Clauses Wage Determination This is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is F8M3SM5327AW01. This solicitation is issued as Total Small Business Set-Aside; the associated North American Industry Classification System (NAICS) code is 722320 and size standard is $7.5 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-86 effective 01 Feb 2016 and DFARS Publication Notice 20151230 effective 30 Dec 2015. Service Contract Act of 1965 Wage Determination 05-2259 (Rev.-18) posted on www.wdol.gov on 01/05/2016 is applicable to the performance of this requirement. Description of Requirements: The 102d Intelligence Wing (IW) located on Joint Base Cape Cod (JBCC), Massachusetts has a requirement to procure a non-personal service to include all provide plant, labor, supervision, equipment, materials, transportation, and quality control necessary to provide Delivered Meals and a Catered Cookout Meals during Regular Scheduled Drills (RSDs) as defined by the attached Performance Work Statement (PWS), Annex A Delivered Meal Menu, and Annex B Catered Cookout Meal Menu. The requirement is intended to be awarded as a single, lowest price, technically acceptable, firm-fixed price contract without discussions. The following periods of performance are as follows: Delivered Meals Period of Performance •· 3, 4, 5, & 6 March 2016 •· 11 June 2016 •· 27 & 28 August 2016 Catered Cookout Meal Period of Performance •· 12 June 2016 LINE ITEMS: 0001: DELIVERED MEALS DURING REGULAR SCHEDULED DRILLS (RSD) NOT TO EXCEED 450 PEOPLE PER DAY AS DEFINED IN THEATTACHED PERFORMANCE WORK STATEMENT ((PWS) AND ANNEX A DELIVERED MEAL MENU. - MEALS MUST BE PREPARED IAW AFMAN 48-147 TRI-SERVICES FOOD CODE, AFI 48-116 FOOD SAFETY PROGRAM AND FY 2016 ANG FOOD COST INDEX. PERIOD OF PERFORMANCE: THURSDAY THRU SUNDAY; 3, 4, 5, & 6 MARCH 2016 PLACE OF PERFORMANCE: ARNOLD HALL ADFAC, 159 GRANDVILLE STREET OTIS ANGB, MA 02542. Note-Contractor Manpower Reporting required per PWS para. 5.8 (QUANTITY: 1,800 Meals) 0002: CATERED COOKOUT MEAL DURING REGULAR SCHEDULED DRILL (RSD) NOT TO EXCEED (NTE) 850 PEOPLE PER DAY AS DEFINED IN THE ATTACHED PERFORMANCE WORK STATEMENT (PWS) AND ANNEX B CATERED COOKOUT MEAL MENU - MEALS MUST BE PREPARED IN ACCORDANCE WITH AFMAN 48-147, TRI SERVICES FOOD CODE, AFI 48-116 FOOD SAFETY PROGRAM AND FY 2016 ANG REGIONAL FOOD COST INDEX. PERIOD OF PERFORMANCE: SUNDAY 12 JUNE 2016 PLACE OF PERFORMANCE: EAGLES NEST RUBB TENT, 306 EAST INNER ROAD OTIS ANGB, MA 02542. Note-Contractor Manpower Reporting required per PWS para. 5.8 (QUANTITY: 850 Meals) 0003: DELIVERED MEALS DURING REGULAR SCHEDULED DRILLS (RSD) NOT TO EXCEED (NTE) 450 PERSONNEL PER DAY AS DEFINED IN THE ATTACHED PERFORMANCE WORK STATEMENT (PWS) AND ANNEX A DELIVERED MEAL MENU. - MEALS MUST BE PREPARED IN ACCORDANCE WITH AFMAN 48-147, TRI-SERVICES FOOD CODE, AFI 48-116 FOOD SAFETY PROGRAM AND FY 2016 ANG REGIONAL FOOD COST INDEX. PERIOD OF PERFORMANCE SATURDAY 11 JUNE 2016 PLACE OF PERFORMANCE: ARNOLD HALL ADFAC, 159 GRANDVILLE STREET OTIS ANGB, MA 02542. Note-Contractor Manpower Reporting required per PWS para. 5.8 (QUANTITY: 450 Meals) 0004: DELIVERED MEALS DURING REGULAR SCHEDULED DRILLS (RSD) NOT TO EXCEED (NTE) 450 PERSONNEL PER DAY AS DEFINED IN THE ATTACHED PERFORMANCE WORK STATEMENT (PWS) AND ANNEX A DELIVERED MEAL MENU. - MEALS MUST BE PREPARED IN ACCORDANCE WITH AFMAN 48-147, TRI-SERVICES FOOD CODE, AFI 48-116 FODD SAFETY PROGRAM AND FY 2016 ANG REGIONAL FOOD COST INDEX. PERIOD OF PERFORMANCE: SATURDAY AND SUNDAY 27 & 28 AUGUST 2016 PLACE OF PERFORMANCE: ARNOLD HALL ADFAC, 159 GRANDVILLE STREET OTIS ANGB, MA 02542. Note-Contractor Manpower Reporting required per PWS para. 5.8 (QUANTITY: 900 Meals) Serving Hours for each performance period is from 1045AM-1230PM. Prices offered must be valid and remain in effect for the period of performance as stated above. EVALUATION FACTORS: The award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors (FAR 52.212-2): (1) Price and (2) Past Performance. Evaluation factors will be weighed equal. Each offeror shall submit Past Performance Information on at least three (3) contracts performed within the last five (5) years for services comparable to the government's requirement demonstrating your ability to perform the proposed effort. Offerors are authorized to provide information on problems encountered on the referenced (identified) contracts to include corrective actions taken by the offeror as remedy. Offerors are cautioned that the Government will use data provided by each offeror in the evaluation of past performance. The information must include: •1. Contract Number •2. Company Name and Address •3. Company Point of Contact, including phone number and/or email address •4. Type of service performed •5. Estimated Contract Value •6. Period of Performance ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. SUBMITTAL REQUIREMENTS: If your company is interested in competing for this requirement, please review this announcement and attachments carefully. In addition to submitting your quote, please complete the attached tax liability provision (DFARS 252.209-7991). Responses for this announcement are due NLT 1:00 PM EST on 19 February 2016. Quotations (to include Submittal Requirements mentioned above and Past Performance Information) must be submitted via email no later than (NLT) the date and time specified to kirk.b.wetherbee.mil@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kirk.b.wetherbee.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/F8M3SM5327AW01/listing.html)
 
Place of Performance
Address: Otis ANGB, Massachusetts, 02542, United States
Zip Code: 02542
 
Record
SN04017794-W 20160213/160211234401-8d7d020e3b64e92274307741159a6fc8 (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  © 1994-2020, Loren Data Corp.