SOLICITATION NOTICE
73 -- Catering Service - PWS
- Notice Date
- 9/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ001317Q0118
- Archive Date
- 10/11/2017
- Point of Contact
- Ali Beshir, Phone: 7036021341
- E-Mail Address
-
ali.m.beshir.civ@mail.mil
(ali.m.beshir.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS for Catering Service (i) 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; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, HQ0013-17-Q-0118 is issued as a Request for Quote (RFQ). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-95, Effective January 13, 2017. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) This requirement is to provide catering service as stated in the attached PWS. The Contractor will provide catering services for approximately 75 individuals, including participants and contracted facilitators to be hosted at the National Defense College in Washington, DC. NOTE: All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. Quotes shall be submitted by Tuesday, September 26, 2017, 02:00 PM EST. Quotes shall be submitted via email to ali.m.beshir.civ@mail.mil with the Subject Line "Catering". Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (PWS). (iv) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, (OCT 2014) applies to this acquisition. (v) A single award will be made to the responsible Offeror whose quote conforms to the solicitation requirements and presents the lowest price technically acceptable (LPTA) quote. (v1) Contract award will be made to the lowest evaluated price meeting or exceeding the minimum acceptability standards for non-cost factors. Quotes will be evaluated on an "acceptable" or "unacceptable" basis. Quotes will be evaluated for acceptability and shall meet the minimum requirements in order to be considered awardable. Past performance information will also be obtained from all electronic databases and other sources available to the Government. Past performance will be rated on an "acceptable" or "unacceptable" basis. (v11) Price - The Government will determine if the price is fair and reasonable in accordance with FAR 13.106-3. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards. (xvi) Provision at FAR 52.212-3, Alt1 Offeror Representations and Certifications Commercial Items, Alternate I applies. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Nov 2015) 52.203-3, Gratuities (Apr 1984) 52.203-6, Restriction on Subcontractor Sales to the Government (Sep 2006) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7 System for Award Management (Oct 2016) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18 Commercial and Govenrment Entity Code Maintenance (Jul 2016) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concern (Oct 2014) 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-14, Limitation on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Jul 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (March 2015) (22 U.S.C. 7404(g)) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations (May 14) (42 U.S.C. 1792) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) (41 U.S.C. 351, et seq.) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.233-2 Service of Protest (Sep 2006) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-11 Accepting and Dispensing of $1 Coin (Sep 2008) 52.252-1 Solicitation Provisions Incorporated by Reference (Jan 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7000 Disclosure of Information (Oct 2016) 252.204-7003 Control of Government Personnel Work Product Apr (1992) 252.204-7004 Alternate A System for Award Management (Feb 2014) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015) 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Request for Equitable Adjustment(Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) Quotes shall be submitted by Tuesday, September 26, 2017, 02:00 PM EST. Quotes shall be submitted via email to ali.m.beshir.civ@mail.mil with the Subject Line "Catering". Facsimile submission will not be accepted. Further details regarding this requirement can be found in the attached Performance Work Statement (
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001317Q0118/listing.html)
- Place of Performance
- Address: National Defense College, 300 5th Avenue, DC 20319, Washington,, District of Columbia, 20319, United States
- Zip Code: 20319
- Zip Code: 20319
- Record
- SN04691203-W 20170924/170922231832-229801680fe2f62f083ff2608b31a468 (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 |