Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
MODIFICATION

S -- Dining Hall Attendant Services

Notice Date
3/4/2022 10:40:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
W7NC USPFO ACTIVITY MEANG 101 BANGOR ME 04401-8005 USA
 
ZIP Code
04401-8005
 
Solicitation Number
W50S83-22-Q-0002
 
Response Due
4/7/2022 12:00:00 PM
 
Archive Date
04/22/2022
 
Point of Contact
Daniel A. Boone, Jr., Phone: 2074047419, Fax: 2074047177, Cameron M. Doncet Hall, Phone: 2074047434
 
E-Mail Address
101.msg.msc.contracting@us.af.mil, 101.msg.msc.contracting@us.af.mil
(101.msg.msc.contracting@us.af.mil, 101.msg.msc.contracting@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation 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 and is being issued as a Total Small Business Set-Aside in accordance with FAR 52.219-6. The solicitation number for this procurement is W50S83-22-Q-0002 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-04 and DFARS (DPN) 20211230. The North American Industry Classification System Code is 722310; size standard is $41.5M. Currently, General Decision Number WD 2015-4001 (Rev No. 18) dated 12/27/2021 is applicable to this combined synopsis/solicitation. The decision is linked here: https://sam.gov/wage-determination/2015-4001/18� This solicitation is being issued on behalf of the Maine Air 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 this location repeatedly during recent years. The Government intends to place a Single, Best value, Firm-Fixed Price purchase order to the best value quote 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. Submission and Evaluation of Proposals: To ensure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contact (POC) email address not later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://piee.eb.mil for registration information. Offerors must provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration along with their quote. The responses shall consist of three (3) separate parts; Bid Schedule, Technical Information and FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items. Offers shall be evaluated using Best Value criteria IAW FAR 13. �Award will be made based on the offeror who represents the best value to the Government in terms of past performance, technical acceptability, and price. The offeror will be considered technically acceptable if there are no exceptions to the requirements in the PWS. The Government reserves the right to award without discussions. �The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government�s best interest. Description of Requirements: The Maine Air National Guard requests the procurement and delivery of services for Dining Hall Attendants for the period of 1 May 2022 � 31 April 2027 at the Maine Air National Guard Base in Bangor, Maine. 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 in accordance with the PWS and all attachments. Line Items 0001�� �Food Service Attendants IAW PWS; Base year Period of Performance; 1 May 2022 � 30 April 2023�� �12 Months� � � � 1001 Food Service Attendants IAW PWS; Option Year 1 Period of Performance; 1 May 2023 � 31 April 2024�� �12 Months�� 2001 Food Service Attendants IAW PWS;�Option Year 2 Period of Performance; 1 May 2024 � 31 April 2025�� �12 Months�� ��� � 3001 Food Service Attendants IAW PWS; Option Year 3 Period of Performance; 1 May 2025 � 31 April 2026�� �12 Months�� �� � � 4001 Food Service Attendants IAW PWS; Option Year 4 Period of Performance; 1 May 2026 � 31 April 2027�� �12 Months�� ��� � � � � � � � �� TOTAL AMOUNT�� � �� � Multiple Awards: The Government reserves the right to place awards to multiple vendors. Multiple awards may result from this RFQ if no one vendor is able to meet the Government�s delivery schedule. Submission of Offers: Submit the following in order to be considered for award. 1. Pricing of all CLINs with total 2. Technical Proposal detailing how contractor will accomplish the requirements of the PWS 3. Representations and Certifications (52.212-3 Alt 1) 4. Completed Quotation Template or similar document with all listed information 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 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. In accordance with FAR Clause 52.237-1 � Site Visit, offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site Visit will be held at 107 Pesch Circle, Suite 417, Bangor, ME 04401 on Wednesday, 23 March at 10:00 A.M. EST. Interested attendees must provide their name, company name, and vehicle make and model to the Contract Specialist by Monday, 21 March at 12:00 P.M. EST. �To access the installation, personnel must have a valid passport or photo identification that complies with the REAL ID system. Questions concerning this RFQ shall be sent to 101.msg.msc.contracting@us.af.mil . Question and answer period ends 11:00 am EDT 31 March 2022. Amendment(s), if necessary will be posted to the www.sam.gov website, paper copies will not be issued. Interested parties are encouraged to check this website frequently for amendments.� All offers shall be received before Thursday, 7 April, 2022 by 3:00:00 P.M. EST to be considered for award. The following listed FAR and DFARS provisions and clauses apply to this solicitation and are hereby incorporated and may be accessed electronically at https://www.acquisition.gov/ :� 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government � Alternate I 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitations on Payments to Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services�Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors�Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications�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 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.201-7000 Contracting Officer�s Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials� 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials� 252.204-7003 Control of Government Personnel Work Product� 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 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 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.244-7000 Subcontracts for Commercial Items� CLAUSES IN FULL TEXT 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in 4.2105(a), insert the following provision: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ""does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. � � � (a) Definitions. As used in this provision� � � � Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. � � � (b) Prohibition. � (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� � � � � � � � � (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or � � � � � � � � (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. � � � � � �(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� � � � � � � � � (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or � � � � � � � � (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. � � � (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". � � � (d) Representation. The Offeror represents that� � � � � � �(1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ""will"" in paragraph (d)(1) of this section; and � � � � � �(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� � � � � � It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ""does"" in paragraph (d)(2) of this section. � � � (e) Disclosures.� (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ""will"" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: � � � � � � � � (i) For covered equipment� � � � � � � � � � � �(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); � � � � � � � � � � �(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and � � � � � � � � � � �(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. � � � � � � � � (ii) For covered services� � � � � � � � � � � �(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or � � � � � � � � � � �(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. � � � � � �(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ""does"" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: � � � � � � � � (i) For covered equipment� � � � � � � � � � � �(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); � � � � � � � � � � �(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and � � � � � � � � � � �(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. � � � � � � � � (ii) For covered services� � � � � � � � � � � �(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or � � � � � � � � � � �(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.252-6 Authorized Deviations in Clauses As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert ""(DEVIATION)"" after the date of the clause. AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) � � � (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. � � � (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/341388d59c3a492f920f86e62c332b46/view)
 
Place of Performance
Address: Bangor, ME 04401, USA
Zip Code: 04401
Country: USA
 
Record
SN06257347-F 20220306/220304230059 (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.