Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

89 -- Boxed Meals

Notice Date
11/20/2020 2:27:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
W7N0 USPFO ACTIVITY SDANG 114 SIOUX FALLS SD 57104-0264 USA
 
ZIP Code
57104-0264
 
Solicitation Number
W50S96-21-Q-0004
 
Response Due
12/3/2020 12:00:00 PM
 
Archive Date
12/18/2020
 
Point of Contact
Gregory Johnson, Phone: 6059885431, Jeremiah G. Minter, Phone: 6059885931
 
E-Mail Address
gregory.johnson.51@us.af.mil, jeremiah.minter@us.af.mil
(gregory.johnson.51@us.af.mil, jeremiah.minter@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-09.� This combined synopsis/solicitation is set-aside 100% for small business.� North American Industrial Classification Standard 311991 applies to this solicitation; business size standard is 500 Employees. The South Dakota Air National Guard has a requirement for the production and delivery of boxed meals for each scheduled Unit Training Assembly (UTA) weekend, normally four days per month, starting in Jan 2021 and ending in Sept 2021. The South Dakota Air National Guard intends to issue a firm-fixed price order for the following: CLIN 0001 - Sandwich Meal Options��������� Qty:� 4350 (estimate)�������� Unit: Each Minimum content specifications for each meal: - Sandwich composed of varying meats, cheeses, vegetable garnishes and breads (i.e. Pastrami & Swiss on Rye with leaf lettuce), and - Side salad (i.e. potato, macaroni, coleslaw, lettuce with dressing, etc.), and - Beverage (bottled water, minimum 12oz), and - Piece of fresh fruit (apple, banana or orange), and - Desert item (i.e. individually wrapped cookie, brownie, bar, etc.), and - Condiments appropriate for entr�e (i.e. mayonnaise, mustard, ketchup, salt and pepper, etc.), and - Prepackaged utensils (knife, fork and spoon) with napkin. CLIN 0002 - Wrap Meal Options� � � � � � � � � Qty:� 4350 (estimate)�������� Unit: Each Minimum content specifications for each meal: - Wrap composed of varying meats, cheeses, vegetable garnishes and breads (i.e. Chicken Bacon Wrap with Swiss cheese, lettuce and tomatoes on a spinach tortilla), and - Side salad (i.e. potato, macaroni, coleslaw, lettuce with dressing, etc.), and - Beverage (bottled water, minimum 12oz), and - Piece of fresh fruit (apple, banana or orange), and - Desert item (i.e. individually wrapped cookie, brownie, bar, etc.), and - Condiments appropriate for entr�e (i.e. mayonnaise, mustard, ketchup, salt and pepper, etc.), and - Prepackaged utensils (knife, fork and spoon) with napkin. CLIN 0003 - Salad Meal Options����������������� Qty:� 1530 (estimate)�������� Unit: Each Minimum required specifications for each meal are as follows: - Salad with meat consistent with the type of salad (i.e. Caesar Salad with diced chicken, shredded parmesan cheese, cherry tomatoes and pepperoncini croutons on romaine lettuce) - Beverage (bottled water, minimum 12oz), and - Piece of fresh fruit (apple, banana or orange), and - Desert item (i.e. individually wrapped cookie, brownie, bar, etc.), and - Condiments appropriate for entr�e (i.e. salad dressing, salt and pepper, etc.), and - Prepackaged utensils (knife, fork and spoon) with napkin. * Reference the attached Statement of Work (SOW) for additional Food Specifications and Delivery Requirements.� See Appendix A for quantity estimates for each CLIN.� Contractors will invoice for actual number of meals ordered and delivered.� See Appendix B for menu specifications for each CLIN. ** Funds are not presently available for this contract.� The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. Preparing and Submitting your Quote:� Offerors shall provide pricing for the above items inclusive of delivery to the South Dakota Air National Guard, 1201 West Algonquin St, Sioux Falls, SD 57104-0264.� The Contractor shall submit detailed menus for each month with their quote.� See paragraph 6.3 and Appendix B in the SOW for menu specifications. To facilitate the most expeditious and equitable evaluation process possible, Contractors must use the attached Quote Sheet for providing requested company, pricing, and product information.� Use the first tab on the attached Quote Sheet to input your company information.� Use the Bid Schedule tab to input your pricing information.� Use the Proposed Menu tab to input your detailed menus for each month.� The bid schedule is designed to allow for separate pricing for each menu option.� Please ensure ALL the information requested in the attached Quote Sheet (fillable fields on all three tabs) is provided.� Please make quotes valid for minimum of 60 days. All questions and quotes must be directed to Gregory Johnson at gregory.johnson.51@us.af.mil and Jeremiah Minter at jeremiah.minter@us.af.mil no later than two business days prior to quote due date.� All questions and answers must be in writing.� Do not contact other Government personnel as this will only delay receipt of answers.� All questions and the answers provided will be released to all eligible offerors on a non-attribution basis.� All terms and conditions remain unchanged unless amended in writing. All offerors wishing to do business with the government shall possess a valid CAGE Code and DUNS number and shall be registered in the System for Award Management (SAM).� Contractors can register online at https://www.sam.gov/.� Offeror�s SAM registration must be active in order to be eligible for award. Evaluation:� The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government.� Quotes will be evaluated using price, technical, delivery, and past performance factors considered.� Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:� FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212?1, Instructions to Offerors�Commercial Items; FAR 52.212?2, Evaluation�Commercial Items; FAR 52.212?3 Alternate I, Offeror Representations and Certifications�Commercial Items; FAR 52.212?4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.219?6 DEV, Notice of Total Small Business Set�Aside; FAR 52.219-14 DEV, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222?21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225?13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233?3, Protest After Award; FAR 52.233?4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes � Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252?2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204?7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7016, Covered Defense Telecommunications Equipment of Services-Representation; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232?7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications, DFARS 252.244-7001, Contractor Purchasing System Administration, DFARS 252.247?7023, Transportation of Supplies by Sea.� Provisions and Clauses for this synopsis/solicitation can be found in full text at http://www.acquisition.gov/.� Additional required clauses other than those listed above may be included as Addenda on the award document.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/75d41ef7a28e4b868d3bcbe4ae639cc5/view)
 
Place of Performance
Address: Sioux Falls, SD 57104, USA
Zip Code: 57104
Country: USA
 
Record
SN05858275-F 20201122/201120230144 (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.