SOLICITATION NOTICE
89 -- REQUEST FOR QUOTATION FOR CATERED MEALS, LIMESTONE HILLS TRAINING AREA, TOWNSEND, MT
- Notice Date
- 6/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-10-T-5011
- Response Due
- 7/16/2010
- Archive Date
- 9/14/2010
- Point of Contact
- Bryan Baldwin, 406 324 3410
- E-Mail Address
-
USPFO for Montana
(bryan.j.baldwin@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. The NAICS code is 722320 and the size standard is less than $7.0 million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective 1 June 2008 & Class Deviation 2005-00001. Offers shall propose a firm fixed price for approximately breakfast and dinner meals, served in a field environment, from 13 August 2010 to 3 September at the Limestone Hills training area, in the vicinity of Townsend, MT. Vendor shall propose a firm fixed price PER MEAL for each of the two categories of catered meals breakfast and dinner prepared in accordance with the attached statement of work. Synopsis: 1.The quality and serving portions of the meals must be equivalent to commercially available prepared meals and will comply with the attached statement of work. 2.The vendor is responsible for serving and portion control. Buffet style serving is preferred. Ala carte ordering is prohibited. 3.Meal pricing must include all overhead, delivery, and clean-up costs. Gratuity is prohibited. 4.Vendor will invoice meals by date and type. 5.Unit Point of Contact (POC) will provide vendor with head count personnel and sign-in sheets for meals. Participants will sign a different sign-in sheet for each meal. POC will coordinate with vendor to adjust number of meals as necessary. 6.The anticipated award will consist of three contracts, all separately billable, representing the three units eating during this time period. 7.Limestone Hills Training area DOES NOT have facilities to prepare and serve the required meals. Mobile field kitchen with food preparation and service capability is preferred. No government furnished equipment will be provided to the contractor. Unit is responsible for obtaining dining facility for its Soldiers. 8. Award resulting from this solicitation will consist of 2 CLINs: CLIN 0001--Breakfast meals CLIN 0002--Dinner meals Please provide a firm fixed price for each CLIN The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the best value to the Government. The best value determination will be made by evaluating the contractors offer based on Price and Past Performance, where Price and Past Performance are approximately equal. Offerors may submit no more than three (3) past performance narratives demonstrating the ability to serve catered meals to up to 250 personnel in a field environment. Offerors shall provide a client point of contact for each example with name and telephone number. The following factors shall be used to evaluate offers: Price and Technical Capability. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration APRIL 2008. 52.211-6 Brand Name or Equal AUGUST 1999. 52.212-1 Instructions to Offerors Commercial Items JUN 2008 52.212-2 Evaluation Commercial Items JAN 1998. 52.212-3 ALT I Offeror Representations and Certifications Commercial Items, April 2002 52.212-4 Contract Terms and Conditions - Commercial Items, April 2002. 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation) JUN 2008 52.219-6 Notice of Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilites FEB 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.204-7004 Applicable Law for Breach of Contract Claim OCT 2004 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American Act- Balance of Payments Program of Commercial Items 252.232.7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea May 2002 Complete descriptions of the provisions and clauses referenced in this synopsis/solicitation may be viewed on the internet at http://farsite.hill.af.mil You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: CPT Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than 16 July 2010 by 4:00 P.M. Mountain Standard Time. Offers may also be submitted electronically to bryan.j.baldwin@us.army.mil. If you have any questions, please contact CPT Bryan Baldwin at 406-324-3410 or email bryan.j.baldwin@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-10-T-5011/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN02192744-W 20100702/100630235035-103f36cdc662407c0bc838ee0587fbc6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |