SOLICITATION NOTICE
H -- GEWA Concessionaires� Agreement
- Notice Date
- 8/14/2023 12:34:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80HQTR23HGEWA
- Response Due
- 8/28/2023 9:00:00 AM
- Archive Date
- 12/20/2023
- Point of Contact
- Chanda Cannon, Keisha Willingham
- E-Mail Address
-
chanda.m.cannon@nasa.gov, keisha.s.willingham@nasa.gov
(chanda.m.cannon@nasa.gov, keisha.s.willingham@nasa.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) under solicitation number 80HQTR23HGEWA for cafeteria, vending, and catering services to the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center�s (GSFC) employees, contractors and visitors. The provisions and clauses in the RFP are those in effect through FAC 2023-02, effective 06/02/2023. The NAICS Code and Size Standard are 722310 and $41.5M, respectively. The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far���� NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, MAY 2023 which is incorporated by reference.� An evaluation team will review and evaluate the Offeror�s proposal in accordance with this solicitation. A contract shall be awarded to the responsive Contractor whose proposal is determined to be most advantageous. The FAR and NFS will be used as a guideline in the evaluation of the proposals. The GEWA further reserves the right to reject any proposals and will be the sole judge as to whether the offeror�s proposal has or has not satisfactorily met the requirements of the RFP. To be acceptable and eligible for evaluation, the Offeror's proposal must be prepared in accordance with and comply with the instructions given in this solicitation/contract and must comply with all requirements set forth in the solicitation/contract. Any proposal submitted that does not demonstrate compliance with the two minimum threshold criteria specified in Section L.9 shall not be evaluated and therefore will be ineligible for award. Proposals will be evaluated in accordance with the following factors: Technical and Past Performance. Any deviations proposed to the terms and conditions of the contract will be evaluated to ensure that they are reasonable and consistent with the offeror�s entire proposed approach to managing the contract. Technical is significantly more important than Past Performance.THE CONTRACT WILL BE AWARDED TO THE OFFEROR PROVIDING THE MOST ADVANTAGEOUS ALTERNATIVE TO THE GOVERNMENT, CONSISTENT WITH THE SOLICITATION. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, DEC 2022 or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, DEC 2022 is applicable.� FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, JUN 2023 is applicable and the following identified clauses are incorporated by reference:� 52.219-28, Post-Award Small Business Program Rerepresentation (MAR 2023) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (DEC 2022) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEPT 2016) Alternate I (Feb 1999) of 52.222-26 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) 52.223-15, Energy Efficiency in Energy-Consuming Products (MAY 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Keisha Willingham at keisha.s.willingham@nasa.gov and copy Chanda Cannon at Chanda.m.cannon@nasa.gov not later than August 7, 2023. Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than 12:00 p.m. EST on August 21, 2023. ��� The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFP shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items (MAR 2023).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c6528e61fed34085a9ce4b3a126db4af/view)
- Place of Performance
- Address: Greenbelt, MD 20771, USA
- Zip Code: 20771
- Country: USA
- Zip Code: 20771
- Record
- SN06788696-F 20230816/230814230048 (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 |