Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

89 -- Catered Meals

Notice Date
12/18/2019 1:16:24 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
W7MX USPFO ACTIVITY CAANG 129 MOFFETT FIELD CA 94035-0103 USA
 
ZIP Code
94035-0103
 
Solicitation Number
W50S8X-20-R-7012_Catered_Meals
 
Response Due
12/26/2019 5:00:00 PM
 
Archive Date
01/10/2020
 
Point of Contact
Bardia Barmaki
 
E-Mail Address
bardia.barmaki.mil@mail.mil
(bardia.barmaki.mil@mail.mil)
 
Description
Request for Proposal Catered Meals for the 129th Rescue Wing This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W50S8X-20-Q-7012 and is hereby issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-99 (16 July 2018). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 722320, �Caterers� is applicable. The Small Business Size Standard is $7,500,000.00. The Government intends to award a firm fixed-price (FFP) contract for all services detailed in the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the specified performance period.� The CLINS are also detailed on Attachment 1, Proposal Coversheet. CLIN 0001������ CONTRACTED Catered Meals For January Meals to be provided for RSD weekend 11-12 January 2020.� Food will include protein, starch, vegatables, dessert, and salad per the menu provided. All food must follow internal cooking temps/sourcing/cleanliness prescribed by CA public health law/ServSafe cert. See Attached PWS.� CLIN 0002������ CONTRACTED Catered Meals For February Meals to be provided for RSD weekend 7-9 February 2020.� Food will include protein, starch, vegatables, dessert, and salad per the menu provided. All food must follow internal cooking temps/sourcing/cleanliness prescribed by CA public health law/ServSafe cert. See Attached PWS. CLIN 0003������ CONTRACTED Catered Meals For March Meals to be provided for RSD weekend 7-8 March 2020.� Food will include protein, starch, vegatables, dessert, and salad per the menu provided. All food must follow internal cooking temps/sourcing/cleanliness prescribed by CA public health law/ServSafe cert. See Attached PWS. CLIN 0004������ CONTRACTED Service For Meals January Meals to be provided for RSD weekend 11-12 January 2020.� Food will include protein, starch, vegatables, dessert, and salad per the menu provided. All food must follow internal cooking temps/sourcing/cleanliness prescribed by CA public health law/ServSafe cert. See Attached PWS. CLIN 0005������ CONTRACTED Service for Meals February Meals to be provided for RSD weekend 7-9 February 2020.� Food will include protein, starch, vegatables, dessert, and salad per the menu provided. All food must follow internal cooking temps/sourcing/cleanliness prescribed by CA public health law/ServSafe cert. See Attached PWS. CLIN 0006������ CONTRACTED Service for Meals March Meals to be provided for RSD weekend 7-8 March 2020.� Food will include protein, starch, vegatables, dessert, and salad per the menu provided. All food must follow internal cooking temps/sourcing/cleanliness prescribed by CA public health law/ServSafe cert. See Attached PWS. The FAR provision at 52.212-1, Instructions to Offerors�Commercial does not apply to this acquisition. Offerors shall provide their proposal in three (3) parts as outlined below. When submitting a proposal, each of parts shall be independent documents and fully support the offeror�s technical proposal. All documents shall be submitted electronically to both of the email addresses below; do not submit proposals to other Government officials. Links to external websites or documents is prohibited; however, use of links within the documents is permissible (i.e., clickable table of contents). Part 1, Technical Proposal. The Offeror�s Technical Proposal shall consist of all documentation necessary to demonstrate their ability to adequately provide meal in accordance with the Performance Work Statement (PWS). Part 1 should include a description of the Offeror�s plan to provide meals on base; inclusion of letters/memoranda of agreement are acceptable. The Technical Proposal should not exceed ten (10) pages. Part 2, Pricing Proposal. The Offeror�s Pricing Proposal shall consist of the Offeror�s pricing for the duration of the Period of Performance. The Offeror may submit a pricing proposal in whatever format is customary for their company; however, all pricing proposals must include a Proposal Coversheet, completed in its entirety, as part of the Pricing Proposal. Part 3, Administrative Documentation. The Offeror�s Administrative Documentation shall include a copy of their completed Representations and Certifications. For Offerors who have completed their annual Representations and Certifications through the System for Award Management (SAM), only submit paragraphs (b) of the of the provision. The FAR provision at 52.212-2, Evaluation�Commercial Items, does not apply to this acquisition. Evaluation and award of this requirement will be made to the offeror who�s proposal is evaluated as the Lowest Price Technically Acceptable (LPTA). The Government will evaluate all proposals for technical acceptability on an �acceptable� or �unacceptable� (i.e., pass or fail) basis. In order for a technical proposal to be evaluated as �acceptable�, the proposal must be evaluated as �acceptable� for both of the subfactors below: The Government will conduct an onsite inspection after the closing date and time of the solicitation but prior to award. This inspection will be conducted by the Government�s Bio-envoirmental, Operational Security, and Force Support Flight personnel. Once this technical review has been completed, the Government will review the price and rank-order that pricing from lowest to highest for all offerors whose Technical Proposals were evaluated as �Technically Acceptable�. Award will be made to the Offeror�s proposal who is evaluated as Technically Acceptable and represents the Lowest Price. The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications� Commercial Items, applies to the requirement.� Offeror�s are advised to submit a completed copy of the provision with their offer (see Attachment 3, Applicable Provisions & Clauses). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision. The FAR clause at 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition.� No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference. Offerors are advised of the additional contract requirements: IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 2:00 PM, 23 Dec 2019. Submit questions to both email addresses identified below. All proposals must be submitted no later than 5:00 PM, 26 Dec 2019. It is the offeror�s responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal.� Offerors shall submit their proposal as specified below: The Offeror may submit their proposal via email. When submitting proposals, the Offeror will need to specifically authorize send their proposals to the following persons: SMSgt Paul (Nick) Ochs (paul.n.ochs.mil@mail.mil) MSgt Bardia Barmaki (bardia.barmaki.mil@mail.mil) ATTACHMENTS Proposal Coversheet Applicable Provisions & Clauses Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67a36ea36f554259971e294d4559356a/view)
 
Place of Performance
Address: Moffett Field, CA 94035, USA
Zip Code: 94035
Country: USA
 
Record
SN05520625-F 20191220/191218230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.