Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

73 -- Region 1 Vermont Meals RFP

Notice Date
5/14/2020 8:33:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624230 — Emergency and Other Relief Services
 
Contracting Office
REGION 1: EMERGENCY PREPAREDNESS AN BOSTON MA 02109 USA
 
ZIP Code
02109
 
Solicitation Number
Region1VermontMealsRFP
 
Response Due
5/19/2020 2:00:00 PM
 
Archive Date
06/03/2020
 
Point of Contact
christopher kelly
 
E-Mail Address
christopher.kelly@fema.dhs.gov
(christopher.kelly@fema.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items under FAR part 12 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; proposals are being requested and a written solicitation will not be issued.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 Dated 1/15/2020 see https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/hsar for clause language. This acquisition is a 100% small business set aside in accordance with FAR 19.502-2- Total small business set-asides under NAICS 624230� Emergency and other relief services (Size standard $35.0 million). Firm Fixed Priced (FFP) Requirement: 100,800 Meals in total. 33,600 each for breakfast, lunch, and dinner. Evaluation Criteria: Best Value Price, quality of the meals, past performance, and delivery are equally considered when evaluating proposals. 1) Meals must meet all the criteria referenced in the SOW to be considered. 2) Offerors must provide a detailed delivery timeline with their quotes. The first truckload of meals shall begin to arrive no later than seven (7) days after award. �If you are able to meet or exceed the delivery time frame, please state that in a detailed response in your offer. 3)� Price (If two or more offerors meet the above referenced certifications and have identical lead time price will be considered in the determination of the winning offer). 4) Provide past performance history of similar scope or magnitude. In accordance with FAR 52.212-1 (b) (10) � regarding past performance, references are requested, see attached past performance reference sheet provided.�� Each Contractor must submit a completed reference sheet which includes�either current or recent customers, and provides the name, address, phone number, and email for each reference. The Contractor shall list all current or prior federal contracts, total dollar amounts, contract name, agency, address, telephone number, email, and a brief description of the project performed.� If the offeror has no federal contracting experience, then they shall include references of contracts held in the following order:� state, local, and private sector.��Offerors with no past performance will be rated as neutral. All quotes and questions�shall be submitted via email to: Christopher.kelly@fema.dhs.gov. Quotes shall be in PDF form�to include company letterhead. �Please refer to the Statement of Work for additional requirements and details. Offer Due Date: Tuesday May 19,2020 05:00 PM EST. All contractors must be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to contract award pursuant to FAR provision 5.207. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to all documents. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, 52.212-2- Evaluation- Commercial Items is applicable. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall complete the provision for NAICS code 624230 at http://www.sam.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.� Additional FAR clauses and AGAR clauses identified herein; The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clause at 52.225-5, Trade Agreements, applies to this acquisition and is incorporated by reference. The provision at 52.225-6, Trade Agreements Certificate, applies to this acquisition and is incorporated by full text. The clause at 52.225-13, Restrictions on Certain Foreign Purchases, applies to this acquisition and is incorporated by reference. The provision at 52.228-18, Place of Manufacture, applies to this acquisition and is incorporated by full text. The provision, 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification, applies to this acquisition and is incorporated by full text. The provision, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications, applies to this acquisition and is incorporated by reference. HSAR clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates applies to this acquisition and is incorporated by full text. HSAR clause 3052.212-70 Contract Terms & Conditions for DHS Acquisition of Commercial Items applies to this acquisition and is incorporated by full text. May be tailored with any resultant award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d9dd09cf8983499a88b674e021f4635f/view)
 
Place of Performance
Address: Franklin, MA 02038, USA
Zip Code: 02038
Country: USA
 
Record
SN05658322-F 20200516/200514230159 (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.