Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

S -- Catered Meals - New England CERFP Collective Training Event (CTE), Exeter, RI, 28Apr-1May20

Notice Date
3/25/2020 7:19:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
W7NC USPFO ACTIVITY ME ARNG AUGUSTA ME 04333-0032 USA
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-20-Q-0005
 
Response Due
6/30/2020 10:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Jeffrey J. Phair, Phone: 2074305610, Dirck Storms, Phone: 2074305531
 
E-Mail Address
jeffrey.j.phair.mil@mail.mil, dirck.g.storms.mil@mail.mil
(jeffrey.j.phair.mil@mail.mil, dirck.g.storms.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a Total Small Business Set-Aside in accordance with FAR 52.219-6. This is issued as a Request for Quote (RFQ). The solicitation number is W912JD-20-Q-0005. The NAICS is 722320 with a size standard of $7.5 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-04, effective 1/15/2020. Currently, General Decision Number WD 2015-4090 respectively (Rev No. 13) , dated 12/23/2019 is applicable to this combined synopsis/solicitation.� This decision is linked below. https://beta.sam.gov/wage-determination/2015-4090/13?index=wd&keywords=&is_active=true&sort=-modifiedDate&date_filter_index=0&date_rad_selection=date&wdType=sca&state=RI&is_wd_even=true&is_standard=true&prevP=prevPerfYesDifferentLocality&page=1 This solicitation is being issued on behalf of the Maine Army National Guard utilizing procedures in FAR part 13.1, Simplified Acquisition Procedures. This activity has a significant amount of experience in contracting for this sort of effort, which has been performed through contracted efforts at several geographically separate locations in recent years.� The Government intends to place a Single, Lowest Price, Technically Acceptable, Firm-Fixed Price purchase order to the without discussions.� Offerors must address all areas of the RFQ as well as show adequate knowledge and experience in catering meals in accordance with the Performance Work Statement (PWS) to be considered technically acceptable. Description of Requirements: �The Maine Army National Guard requests the procurement and delivery of services for Catered Meals for the period of 28 April - 30 April 2020 in East Greenwich, RI. �See Performance Work Statement and all attachments for complete information. Requirement: Services Non-Personal. Provide all plant, labor, equipment, materials, and transportation necessary to successfully execute the line items below and the Performance Work Statement and Annexes as attached. CLIN 0001 Delivery of Catered Breakfast Meals to the Sun Valley Armory, 2841 South County Trail, East Greenwich, RI 02818 � contractor shall perform all services in accordance with attached performance work statement (PWS) dated 25FEB2020 (Period of Performance: 28 April - 30 April 2020) ��������������������������������������� QTY: 1 Job CLIN 0002 Delivery of Bagged Lunches to the Sun Valley Armory, 2841 South County Trail, East Greenwich, RI 02818 � contractor shall perform all services in accordance with attached performance work statement (PWS) dated 25FEB2020 (Period of Performance: 28 April - 30 April 2020) ��������������������������������������� QTY: 1 Job CLIN 0003 Delivery of Catered Dinner Meals to the Sun Valley Armory, 2841 South County Trail, East Greenwich, RI 02818 � contractor shall perform all services in accordance with attached performance work statement (PWS) dated 25FEB2020 (Period of Performance: 28 April - 30 April 2020) ��������������������������������������� QTY: 1 Job CLIN 0004 Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields found at http://www.ecmra.mil/ and then click on ""Department of the Army CMRA"" for data (Period of Performance: 28 April - 30 April 2020) �������������������������������������� QTY: 1 Job The following provisions are included for the purposes of this combined synopsis/solicitation �(full text provisions may be accessed electronically at acquisition.gov/content/regulations): 52.202-1, Definitions 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-3, Offeror Representations and Certifications -- Commercial Items ALT I; 52.233-2, Service Protest 52.237-1, Site Visit 52.252-1, Provisions Incorporated by Reference (http://farsite.hill.af.mil). 252.204-7011, Alternative Line Item Structure 252.209-7994 (DEV), Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction Under Federal Law 52.212-2���� EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) 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: The Government will make a single award using a low price technically acceptable (""LPTA"") source selection. The Government intends to award on initial offers but reserves the right to conduct discussions. To be determined technically acceptable, an offeror must submit a proposal that does not take exception to any term of the solicitation.� The contracting officer will use the following rating table: Rating Description Acceptable: Proposal does not take exception to any term of solicitation and therefore clearly meets the requirements of the solicitation. Unacceptable: Proposal takes exception to a solicitation term(s) and therefore does not clearly meet the requirements of the solicitation. Price will be evaluated by totaling the prices for all line items for which the Government has requested the offeror provide a price. An award will only be made to an offeror that satisfies the general responsibilitystandards of FAR 9.104-1.� Technical and past performance, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order (full text clauses may be accessed electronically at acquisition.gov/content/regulations): 52.203-3, Gratuities 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I 52.203-12, Limitations on Payments to Influence Certain Federal Transactions 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-13, System for Award Management Maintenance 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.219-1 Alt I, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Labor Standards (Dev 52.222-99 containing EO 13658) �(DOL WD Attached) 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.222-55, Minimum Wages Under Executive Order 13658 52.222-60, Paycheck Transparency Executive Order 13673 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-5, Pollution Prevention and Right to Know Information 52.223-6, Drug-Free Workplace 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a) 52.225-13, Restrictions on Certain Foreign Purchases 52.225-26, Contractors Performing Private Security Functions Outside the United States 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations 52.228-5, Insurance - Work on a Government Installation 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.243-1 Alt II, Changes � Fixed Price 52.246-4, Inspection of Services � Fixed Price 52.247-34, F.O.B Destination 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.252-2, Clauses Incorporated by Reference, acquisition.gov/content/regulations 52.252-6, Authorized Deviations in Clauses, acquisition.gov/content/regulations 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7006, Billing Instructions 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7022, Representation of Extent of Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea AFARS 5137.91 - Accounting for Contract Services Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLIN 0001 2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS 3. Representations and Certifications (52.212-3 Alt 1) The Government reserves the right to obtain past performance data from other sources than those identified by the Offeror in evaluating past performance. This includes, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and other designated Technical Representatives. Offerors are reminded that both independent data and data provided by Offerors in their quotes may be used by the Government to evaluate past performance. The Contracting Officer may also evaluate past performance based on direct knowledge of the Contractor's performance on current or recent contracts.� This solicitation is being issued as a Total Small Business Set-Aside in accordance with FAR 52.219-6:� Only qualified sellers may submit bids. This solicitation will end at the time specified on the announcement. Offers received after the required date of submission may not be considered unless determined to be in the best interest of the Government. Questions concerning this RFQ should be submitted electronically through the contract opportunities portal. Question and Answer period ends 11:00 am EDT 12MAR2020.� Amendment(s), if necessary will be posted to the beta.SAM.gov contract opportunities website, paper copies will not be issued. Interested parties are encouraged to check this website frequently for amendments.� Responses to this RFQ are due at 11:00 a.m. EDT 19MAR2020.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/614071629ff1432fadfcebf8d06a162e/view)
 
Place of Performance
Address: East Greenwich, RI 02818, USA
Zip Code: 02818
Country: USA
 
Record
SN05599866-F 20200327/200325230141 (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  © 1994-2020, Loren Data Corp.