SOLICITATION NOTICE
72 -- 187TH CATERING SERVICE
- Notice Date
- 3/17/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- Department of the Army, National Guard Bureau, 187 MSG/MSC, AL ANG, 5187 SELMA HIGHWAY, MONTGOMERY, Alabama, 36108-4824, United States
- ZIP Code
- 36108-4824
- Solicitation Number
- W912JA-17-T-0034
- Archive Date
- 4/19/2017
- Point of Contact
- Beverly D. Shaver, Phone: 3343947528
- E-Mail Address
-
beverly.d.shaver.mil@mail.mil
(beverly.d.shaver.mil@mail.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 and pursuant to the simplified acquisition procedures of Part 13. 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 2005-95, January 19, 2017. The associated North American Industry Classification System Code (NAICS) is 722320, Caterers, with a Size Standard of $7.5 Million. 1. INTRODUCTION: The 187 th Fighter Wing intends to issue a Blanket Purchase Agreement (BPA) for catered meal service in the Dining Facility at the Air National Guard Base, Montgomery Regional Airport, 5187 SELMA HIGHWAY MONTGOMERY, AL 36108-4824 during monthly scheduled Unit Training Activity (UTA) Drill weekends. 2. GOVERNMENT FURNISHED EQUIPMENT (GFE): ALANG shall furnish access to the 187 th FW Food preparation facility for serving only. The contractor shall furnish all personnel, supervision, parts, tools, materials, facilities and transportation needed for meal preparation and delivery. 3. SERVICE REQUIREMENT: Contractor shall cook and deliver all food items and serve prepared meals to the 187FW Montgomery Regional Airport, Air National Guard Base (ANGB), Montgomery, AL once daily for the lunch meal period during 187 th FW UTA Drill weekends in accordance to the full Statement of Work (SOW) included in this solicitation. UTA Drill weekends are once per month; the 187 th FW UTA Schedule is included as attachment in this solicitation. 4. PERIOD OF PERFORMANCE: Interested parties are to quote a full standard LUNCH meal rate valid for a period of one year to cover the base year of the BPA Contract, as well as a separately quoted rate for each year following the initial base year period. These option rates will be accepted annually at the sole discretion of the 187 th FW upon the decision to continue the agreement. The initial year of performance is expected to be 11 April 2017 to 31 Dec 2017, with four (4) option years thereafter. 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 99-0229 (REV.-26); https://www.wdol.gov 6. BUSINESS TYPE: The NAICS code is 722320 and the SBA size standard is less than $7.5 million. In accordance with FAR 19.501, the Government's intent is to establish a BPA with a small business. In the event there are no responses from responsible, capable small businesses, then large business responses will be considered. 7. INDIVIDUAL ORDERS: There will be no minimum Government obligation pertaining to orders on this BPA Contract, and no individual call order shall exceed the Simplified Acquisition Threshold of $150,000. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized. A BPA will be issued for a one-year period and renewed annually thereafter at the Government's discretion for up to a total performance period of 5 years. 8. SAM REGISTRATION: Interested parties are required to fully register in the Federal System for Award Management at www.sam.gov. Respondents are requested to provide their CAGE Code for verification of registration prior to award. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with the 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 this BPA. 10. DELIVERY: Delivery shall be made FOB Destination to building 1501 at the 187 th FW Dining Facility, in accordance with SOW. 11. INSTRUCTIONS TO RESPONDENTS: 11.1. Responses or questions concerning this announcement should reference notice number W912JA-17-T-­0034 and should be directed to MSGT Beverly Shaver at beverly.d.shaver.mil@mail.mil Or 334-394-7528; an email is preferred. 11.2. Companies interested in submitting a quote in response to this solicitation shall submit the requested documentation no later than 4 April 2017 4:00 CST to the attention of MSGT Beverly Shaver, Contracting Officer, via email to: beverly.d.shaver.mil@mail.mil or through FEDERAL BUSINESS OPPORTUNITIES (FBO).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01-1/W912JA-17-T-0034/listing.html)
- Place of Performance
- Address: 5187 SELMA HIGHWAY, MONTGOMERY, Alabama, 36108-4824, United States
- Zip Code: 36108-4824
- Zip Code: 36108-4824
- Record
- SN04438681-W 20170319/170317233947-8672f7b8606d68fc9e139ee6292c08f5 (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 |