SOLICITATION NOTICE
89 -- LAARNG FY25-FY27 SOUTHEAST REGION BPA BOXED MEALS
- Notice Date
- 7/15/2025 11:51:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- W7NB USPFO ACTIVITY LA ARNG PINEVILLE LA 71360-0000 USA
- ZIP Code
- 71360-0000
- Solicitation Number
- W912NR25QA025
- Response Due
- 7/18/2025 8:00:00 AM
- Archive Date
- 08/02/2025
- Point of Contact
- Ms. LAVON WILSON, Phone: 3182905873, Fax: 3182905986, Crystal Lynn Stiles, Phone: 3182905933, Fax: 13182905886
- E-Mail Address
-
lavon.d.wilson.civ@army.mil, crystal.l.stiles2.civ@army.mil
(lavon.d.wilson.civ@army.mil, crystal.l.stiles2.civ@army.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 constitutes the only solicitation; we are requesting quotes, and a written solicitation will not be issued. The solicitation W912NR-25-Q- A025 is issued as a Request for Quote (RFQ). This synopsis/solicitation is issued for commercial items in accordance with FAR Part 12-Acquistion of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 Effective on June 11, 2025. This acquisition is a total Small Business (SB) using NAICS 722320 small business size standard is $9,000,000.00 and Product Service Code is 8905. This will be a firm fixed contract. The Louisiana Army National Guard has a requirement to issue a Blanket Purchase Agreement (BPA) to provide boxed meals for troops during Inactive Duty Training (IDT) and Annual Training (A.T.) at home stations. Boxed meals shall be delivered to the armory�s location within SOUTHEAST REGION of the state of Louisiana (Attachment 4). SOUTHEAST REGION will have up to 5 vendors to support units catered boxed meals. Calls/order will be rotated among Master BPA holders for the applicable region as request by email. Failure to provide responses in a timely manner may result in being determined non-responsive. A BPA is an agreement, not a contract or purchase order. It is like a charge account that sets forth terms and conditions prior to an actual purchase. The Government is not obligated to purchase any definite amount under this BPA. If need arises, an authorized representative of the Government may issue an order following the procedures outlined in the BPA. This BPA will be centralized and decentralized. If the BPA holder accepts the order, then a binding contract between the Government and BPA holder will exist for the specific order. (Attachment 3) A. DESCRIPTION OF ACQUISITION The contractor shall supply boxed meals to the armories located within the SOUTHEEASTof the state of Louisiana. It is strictly for the procurement of complete, prepared meals and does not require serving/setup/clean up services. BPAs will be evaluated annually and are expected to remain in place for twenty-four months. The total maximum order for all Master BPAs (combined) established under this solicitation is $220,000.00. Individual orders or calls will not exceed $25,000.00. See attached Statement of Work. Meals shall be in accordance with the 21- Days Menu (Attachment 1) B. SHEDULE OF SUPPLIES/SERVICES Period of Performance: The Period of Performance will be twenty-four months. C. Quote Preparation Instructions: To ensure a timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror submit signed SF 1449 (block 30a-30c), complete SCHEDULE OF SERVICE/PRODUCTS(S) and PRICING on page 3, technical factors worksheet (Attachment 2) and provide a copy of a health inspection report or food handler certificate to this combined synopsis/ solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, the Description of Requirements and terms and conditions, the offeror agrees to accede to all requirements. Offerors must clearly identify any exception to solicitation terms and conditions and provide complete accompany rationale. Interested parties capable of meeting the requirements must submit a written quote to include discounts and terms, complete Representation and Certification. Offers must provide a unit price for each meal in accordance with the 21-Days Menu (Attachment 1): Breakfast Lunch Dinner Bag Lunch The current price list(s) for prepared foods that may be selected by the Government to meet the requirement of the per diem rates for additional charges such as food delivery, paper, and plastic goods, etc. should also be included. Please note the Louisiana National Guard is exempt from tax, therefore rates should not include tax. 4. Interested offerors must be registered in the System for Award Management (SAM) to be considered for the Blanket Purchase Agreement, no exception. To register, please visit http://www.sam.gov. Offeror must submit SAM Form (Attachment 2) signed and dated. 5. The Government intends to award a BPA without discussions with respective offerors. Offerors shall submit sufficient information and, in the format specified in Quote Preparation Instructions. Offeror�s may be asked to clarify certain aspects of their quote to which the offeror has not previously had an opportunity to respond. D. BASIS FOR AWARD: This solicitation will result in a blanket purchase agreement (BPA) for boxed meals. BPA Calls under the Simplified Acquisition Threshold would be rotated amongst BPA holders. The basis of the agreement will be price and other factors. The Government will evaluate the offeror�s past performance to determine the likely hood that the offeror will successfully perform the required effort described in the Statement of Work. The agreement will be made based on price and other factors as shown below. All pricing must be provided for; this requirement will not be split. If something left blank quote will not be considered. Price: Price shall be evaluated for fairness and reasonableness. Other factors-Each factor will be evaluated as Acceptable or Unacceptable: The vendor shall describe how they will properly handle the food during transportation IAW 5(c) 6.1-6.17 in the Statement of Work. Provide a copy of the state or local government health inspection report for preparation facilities and a Food Handler Certificate for food truck vendors. The health inspection shall be completed less than 12 months from the date of the proposal submission are due. E. PAYMENTS: The payments of this contract will be Government Purchase Card by the Ordering Officer(s) for Decentralize BPA Calls or submitted electronically through Wide Area Workflow (WAWF) for Centralize BPA Calls. Delivery terms: Net 30.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d9bf745e36db45d7abfcf34e2c850ceb/view)
- Place of Performance
- Address: Pineville, LA 71360, USA
- Zip Code: 71360
- Country: USA
- Zip Code: 71360
- Record
- SN07510610-F 20250717/250715230052 (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 |