Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

S -- Freshly Prepared Meals - Attachment III - Optional Box Lunch Menu - Solicitation Standard Form 1449 - Attachment II - Weekly Rotation Menu - Attachment I - Statement of Work - Attachment VI - Special Meal Menu - Attachment IV - Halal Meal Menu - Attachment V - Kosher Meal Menu

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DML, 24000 Avila Road, Laguna Niguel, California, 92677, United States
 
ZIP Code
92677
 
Solicitation Number
70CDCR1800000001
 
Point of Contact
Natasha Nguyen, Phone: 949-425-7030, Roberta Halls, Phone: 9494254848
 
E-Mail Address
natasha.t.nguyen@ice.dhs.gov, roberta.halls@dhs.gov
(natasha.t.nguyen@ice.dhs.gov, roberta.halls@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractors shall be able to meet Attachment V - Kosher Meal Menu Contractors shall be able to meet Attachment IV - Halal Meal Menu Contractors shall be able to meet Attachment VI - Special Meal Menu Contractors shall be able to meet Attachment I – Statement of Work (SOW) Contractors shall be able to meet Attachment II – Weekly Rotation Meal Menu Standard Form (SF) 1449 for a list of line item numbers, the description of article, estimated quantity per year and unit of measure, for base year plus four (4) optional years and six (6) month extension under FAR 52.217-8 Contractors shall be able to meet Attachment III – Optional Box Lunch Meal Menu This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; RFQ are being requested and a written solicitation will not be issued. Department of Homeland Security, Immigration and Customs Enforcement is requesting a quotation to provide daily freshly prepared meals for the detainees at three (3) staging locations. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-3 Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; and 52.232-33 Payment by Electronic Funds Transfer- System for Award Management. Additional FAR clauses applies: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.217-9 Option to Extend the Term of the Contract (1day, 1 day); 52.232-18 Availability of Funds; Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their Representations and Certifications via ORCA @ http://orca.bpm.gov. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-05. The North American Industry Classification System Code (NAICS) is 311991; Size Standard is 500 Employees. See attached RFQ 70CDCR18Q00000001 Standard Form (SF) 1449 for a list of line item numbers, the description of article, estimated quantity per year and unit of measure, for base year plus four (4) optional years and six (6) month extension under FAR 52.217-8. Contractors shall be able to meet the following Government requirements: 1) Attachment I - Statement of Work (SOW); 2) Attachment II - Weekly Rotation Menu; 3) Attachment III - Option Box Lunch; 4) Attachment IV - Halal Meal Menu; 5) Attachment V- Kosher Meal Menu; 6) Attachment VI - Special Meal Menu. The quoter shall submit the following for consideration: (1) capability addressing the ability to perform in accordance with Attachments I through VI, see attached; (2) complete the Section B: Supplies or Services on the Standard Form 1449 Solicitation/Contract/Order for Commercial Items providing a price for the base plus four optional years, and 6 month extension each Contract Line Item Number (CLIN); and (3) Quoter's references from 1-3 reference of similar size and scope to this requirement within the last three years of the closing date of the RFQ. If no experience or failure to respond, a rating of natural will assigned. This procurement is being conducted under the procedures provided for in FAR Part 13.303, Blanket Purchase Agreement (BPA). A BPA will be awarded to the responsible Offeror submitting an overall quote. ICE will place BPA Calls for each year for Fixed Price Task Order with estimated quantity. The Government is obligated only to the extent of authorized purchases actually made under the BPA. Offors must include unit price for all CLINs to be considered. The Government will make an award on an all or none basis. FAR 52.212-2 Evaluation-Commercial Items. The Government will award a contract 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 following factors shall be used to evaluate offers: (1) ability to meet Government requirements; (2) total price for base plus four optional years and 6 month extension; and (3) Quoter's references from 1-3 contracts of similar size and scope to this requirement. The reference information to include, but not limited: Name of Agency/ Company, Contract number, period of performance, total value, point of contact (name, email, and phone number). If no reference or failure to respond, a rating of natural will assigned. All 3 factors are approximately equal. The government will trade off for the best value and will not necessarily award to the highest rated or lowest price offeror. This requirement is 100% set-aside for small business. Closing date or response date for this synopsis/quotation 70CDCR18Q00000001 is December 21, 2017 at 12:00pm, Pacific Time. Only written responses will be accepted. Responses can be faxed to (949) 425-7030, Attn: Natasha Nguyen, or E-mail to natasha.t.nguyen@ice.dhs.gov. All responsible sources must be SAM registered at the time proposal submission. Oral communications are not acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DML/70CDCR1800000001/listing.html)
 
Place of Performance
Address: Multiple Locations, see Attachment I - SOW Section 1.1, Los Angeles, California, 90014, United States
Zip Code: 90014
 
Record
SN04758305-W 20171208/171206230922-92cc18a0049f47ffadb97089275c0981 (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.