Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2023 SAM #8059
SOLICITATION NOTICE

S -- BPA MASTER FOR CATERED MEALS IN MICHIGAN

Notice Date
12/19/2023 11:48:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB24Q0112
 
Response Due
1/19/2023 9:30:00 AM
 
Archive Date
02/03/2023
 
Point of Contact
Bonnie Reineer, Olayemi O. Olatunji
 
E-Mail Address
bonnie.l.reineer.civ@army.mil, olayemi.o.olatunji.mil@army.mil
(bonnie.l.reineer.civ@army.mil, olayemi.o.olatunji.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Michigan National Guard is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, FAR 13, and 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.� A Blanket Purchase Agreement (BPA) will be established for catered meals for the Michigan Army National Guard. A BPA is not a binding contract but an agreement; thus prices must be set prior to any orders being placed against the BPA at the time of issuing a Task Order.� Additionally, either party has the choice to terminate or re-negotiate an agreement provided a 30-day notification is given.� BPAs period of performance is usually for a five-year period unless terminated by either party or the BPA Master dollar limit has been met. The government is looking for qualified companies to provide catered meals to the Michigan Army National Guard. Blanket Purchase Agreements (BPA) will be established with no more than five companies that are able to meet our requirements in accordance with Attachment A � Performance Work Statement (PWS).� The BPA holder shall provide services, supplies, labor, supervision, and subsistence to ensure proper execution of catered meal services. Catered meals are to be prepared off site, then delivered and served buffet style, bulk package or individual package in accordance with the feeding schedule to be specified in the Task Order.� The Technical Exhibit 3 of the PWS provides an example as well as historical data based on fiscal year 2023. �The Task Order will be issued to the BPA holder with the lowest price at the time of the RFQ of the Task Order. 1.0������������ REQUEST FOR QUOTE 1.1������������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01.� 1.2������������ Set aside is 100% small business. 1.2.1��������� NAICS: 722320 Caterers 1.2.2��������� PSC:� S203 1.2.3��������� Applicable small business size standard is $9,000,000. 1.3������������ Place of performance:��� locations within the state of Michigan 1.4 ����������� Requirement details are on Attachment A - Performance Work Statement. 1.5������������ Applicable provisions and clauses are provided on Attachment C. 2.0������ QUOTE FORMAT 2.1 ����� Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote.� An SF1449 is not required in accordance with FAR 12.603(b). 2.2 ����� Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days). 2.3 ����� Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete.� 2.4������ The proposal shall not contain citations or active links to internet pages.� Any linked information will not be accepted and removed from the proposal. 2.5 ����� Questions due:� 8 January 2024, 12:30 pm Eastern Standard Time (EST). Questions must be submitted via email to bonnie.l.reineer.civ@army.mil.� Questions will not be answered via telephone. � 2.6 ����� Quotes due:� � 19 January 2024 � 12:30 p.m. Eastern Standard Time (EST) � The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity. 3.0������ TECHNICAL CAPABILITY 3.1������ The proposal shall present relevant information articulating the offeror�s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror�s understanding by providing a clear description of the proposed approach to performing the work. The offeror�s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures. 3.2������ Performance Work Statement, Technical Exhibit 3 provides historical information on the previous fiscal year contracts. 4.0������ EVALUATION 4.1 ����� The offer will be evaluated for price reasonableness compared to the Government�s anticipated pricing based on the price per meal to include reasonable administrative fees (i.e. delivery fee, labor, etc.) 4.2������ The offer should provide the price breakdown for comparison. 4.3������ The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. 4.4������ Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be rated as acceptable or unacceptable. 4.5������ Evaluation factors are approximately equal in significance. 4.6������ Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable. 5.0������ SAM REGISTRATION/JOINT VENTURE In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:� A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 6.0 ����� AWARD 6.1������ In accordance with FAR 12.207, a firm-fixed contract shall be issued. 6.2������ Dates of period of performance may begin as early as January 2024. 6.3������ Task Orders will be solicited among the BPA Holder and will be evaluated for price reasonableness for issuing purchase order.� 7.0������ BILLING INSTRUCTIONS 7.1������ Invoice terms are Net 10 days. 7.2������ Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance. 7.3������ Quantity for services corresponds to the number of invoices to be submitted once per month for the time of performance. 7.4������ Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).� 7.4.1 �� Instructions are on clause 252.232-7006. 7.4.2��� The invoiced amount for the CLIN shall not exceed the unit of issue amount. 7.4.3��� Invoices shall be submitted after the period of performance has ended. 7.4.4��� The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bfaccfdd2ccc419aa58fa0c95a3e676a/view)
 
Place of Performance
Address: Lansing, MI 48906, USA
Zip Code: 48906
Country: USA
 
Record
SN06916829-F 20231221/231219230050 (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.