Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2022 SAM #7635
SOLICITATION NOTICE

S -- Catering and Food service

Notice Date
10/24/2022 5:20:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
FA6656 910 AW LGC YNGSTN WRN ARPT VIENNA OH 44473-0910 USA
 
ZIP Code
44473-0910
 
Solicitation Number
FA665623Q0001
 
Response Due
10/26/2022 9:00:00 AM
 
Archive Date
11/10/2022
 
Point of Contact
Joseph Perry, Phone: 3306091212, Joshua D Indorf, Phone: 3306091389
 
E-Mail Address
joseph.perry.14@us.af.mil, joshua.indorf.1@us.af.mil
(joseph.perry.14@us.af.mil, joshua.indorf.1@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 Federal Acquisition Regulation (FAR) Subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2021-06 (12 July 2021) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 5/20/2021 (20 May 2021). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13. SCHEDULE OF SERVICES The Combined Synopsis/Solicitation Number: FA665623Q0001 All work is to be performed in accordance with the PWS (Performance Work Statement), Contract Terms and Conditions and wage determination. This requirement is�Small Business set-aside. The�NAICS�code for this requirement is�722310�with a size standard of $41.5 Million. Quotes will be evaluated in accordance with FAR Clause 52.212-2,�Price, Technical Acceptability. Prospective vendors must be actively registered with the SAM.GOV system. The Offeror is responsible to download any amendments and other documents from this website without further notice from the 910th Airlift Wing. Vendor must be willing to accept payment via WAWF. Offerors are required to provide their Contractor�s DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) https://www.sam.gov. �Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 CONF/PK. This will consist of one (1) CLIN.� SECTION C CLAUSES: The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov.� The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: SECTION C CLAUSES: The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov.� The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.212-1 Instructions to Offerors- Commercial Items. 52.202-1 Definitions. 2020-06 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 2020-06 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees Whistleblower Rights. 2020-06 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. 2011-05 52.204-9 Personal Identity Verification of Contractor Personnel. 2011-01 52.204-13 System for Award Management Maintenance. 2018-10 FAR 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance. 2020-08 52.204-19 Incorporation by Reference of Representations and Certifications. 2014-12 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 2020-08 52.212-4 Contract Terms and Conditions-Commercial Items. 2018-10 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 2021-07 52.222-41 Service Contract Labor Standards. 2018-08 52.222-42 Statement of Equivalent Rates for Federal Hires. 2014-05 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). 2018-08 52.222-55 Minimum Wages under Executive Order 13658. 2020-11 52.222-62 Paid Sick Leave Under Executive Order 13706. 2017-01 52.229-3 Federal, State, and Local Taxes. 2013-02 52.232-8 Discounts for Prompt Payment. 2002-02 52.232-11 Extras. 1984-04 52.232-17 Interest. 2014-05 52.232-23 Assignment of Claims. 2014-05 52.232-39 Unenforceability of Unauthorized Obligations. 2013-06 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 52.233-1 Disputes. 2014-05 52.233-4 Applicable Law for Breach of Contract Claim. 2004-10 52.242-13 Bankruptcy. 1995-07 52.246-25 Limitation of Liability-Services. 1997-02 52.249-2 Termination for Convenience of the Government (Fixed-Price). 2012-04 52.249-4 Termination for Convenience of the Government (Services) (Short Form). 1984-04 52.249-8 Default (Fixed-Price Supply and Service). 1984-04 52.252-2 Clauses Incorporated by Reference. 1998-02 52.252-4 Alterations in Contract. 1984-04 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 2011-09 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 252.204-7003 Control of Government Personnel Work Product. 1992-04 252.204-7004 Antiterrorism Awareness Training for Contractors.� 2019-02 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 2019-12 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.�� 2021-01 252.209-7004Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 2019-05 252.225-7001 Buy American and Balance of Payments Program. 2017-12 252.225-7002 Qualifying Country Sources as Subcontractors. 2017-12 252.225-7048 Export-Controlled Items. 2013-06 252.232-7010 Levies on Contract Payments. 2006-12 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration.2020-04 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06 252.237-7015 Loss or Damage (Weight of Articles). 1991-12 252.237-7018 Special Definitions of Government Property. 1991-12 252.243-7001 Pricing of Contract Modifications. 1991-12 252.243-7002 Requests for Equitable Adjustment. 2012-12 252.244-7000 Subcontracts for Commercial Items. 2020-10 5352.201-9101 AFRC Ombudsman 2019-10 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 2019-10 5352.242-9000 Contractor Access to Air Force Installations 2019-10 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 in descending order of importance: PRICE - All line items will be reviewed for price reasonableness. TECHNICAL-Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation. Instructions to Offerors Please submit quote via email to Joseph Perry at Joseph.perry.14@us.af.mil or Joshua Indorf at Jousua.indorf.1@us.af.mil. If you have any questions or require additional information, please contact Contract Specialist Joseph Perry at (330) 609-1212�or joseph.perry.14@us.af.mil or Joshua Indorf at (330) 609-1389 or joshua.indorf.1@us.af.mil. � The Government intends to award a firm fixed price (FFP) contract between the Government and the Contractor with the lowest price technically acceptable�offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. Email is the preferred method to submit. Please submit quote via email to Joseph Perry at Joseph.perry.14@us.af.mil or Joshua Indorf at joshua.indorf.1@us.af.mil. �By mail to 910th CONF/PK, BLDG 504, ATTN: Joseph Perry, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473 If you have any questions or require additional information, please contact Joseph Perry�at (330) 609-1212, joseph.perry.14@us.af.mil or Joshua Indorf at (330) 609-1389, joshua.indorf.1@us.af.mil This requirement is subject to availability of funds. Dates are tentative and subject change due to Contiuning Resolution limitations.� The Contractor shall furnish all personnel and supervision necessary to prepare and serve meals during execution of Cardinal South Exercise at Gulfport CRTC, Gulfport MS 39507, dining facility for the period of 13-18 November 2022 IAW local and Air Force Food Services regulations, standards, specifications, schedules, and attachments. The government will furnish equipment for food production.� The contractor will purchase and furnish all food and beverage items. The contractor shall provide all cleaning and food supplies necessary for him/her to perform the work required under the contract. Contractor is responsible for inventory of his/her supplies. The government will provide a tentative menu. The Contractor is required to verify all food, beverage and equipment are in place/operational to perform work at least 24 hours in advance between the hours of 0700-1630. The PIC will enforce cleaning of all dishes, utensils, and equipment used to prepare and serve all meals; to include, kitchen and dining areas before, during and after each meal while maintaining quality control IAW Tri-Service Food Code, Food 2.0 Handbook , AFMAN 34-240 Food Service Program Management and AFI 48-116 Food Safety Program. The contractor will provide the following meals (utilizing regular and/or paper dishware, eating utensils, and cups) at the dates and times below: Meals (Breakfast/Lunch/ Dinner) Time: 0530-0700/1100-1300/ 1700-1830 Estimated Patrons: 300 personnel per day, 3 meals daily (Breakfast, Lunch Dinner) with the follwing exceptions: 13 Nov- only Hot Dinner for 40 members 14 Nov- only Hot Breakfast for 40 members 14 Nov- only Box Lunch for 40 members 18 Nov- breakfast count will be TDB (approx. 300) 18 Nov- at breakfast provide a box lunch the members can grab and go (approx. 300) Breakfast: 0530-0700 Box Lunch: 1100-1300 The contractor will provide meals IAW the following composition (or similar): Breakfast: Toast/Biscuit/French Toast (any two combination) Sausage/bacon (Two meats) Eggs Hash brown Fruit (Two selection) Juice/Coffee/Milk (All selections on cold bar) Cereal (Two selections) Box Lunch: Sandwich Side item (TBD) Fruit Dessert Beverage Dinner: Tea, juice, or soft drinks (any two combination) Two different meat/entr�e option (Hotline) Two different starch options (Hotline) Two different vegetable options (Hotline) Salad Bar One Bread and One Dessert 17 Nov Unit Moral Event: For Dinner that day request to have the food prepared and/or served at Bldg. 75 or pavilion at the CRTC site. See PWS for meal details. See Attached PWS and documents for Additional Requirement Details.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9773da44f4374d6b9a4f4f58cf26de18/view)
 
Place of Performance
Address: Gulfport, MS 39507, USA
Zip Code: 39507
Country: USA
 
Record
SN06500941-F 20221026/221024230056 (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.