SOLICITATION NOTICE
89 -- Catered Meals for WIARNG at New Richmond, WI
- Notice Date
- 5/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J211T0004
- Response Due
- 5/24/2011
- Archive Date
- 7/23/2011
- Point of Contact
- Gary Brown, 608.427.7273
- E-Mail Address
-
USPFO for Wisconsin
(gary.daniel.brown@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. This is a combined synopsis/solicitation for catered meals, in support of Wisconsin Army National Guard training, prepared in accordance with the format in Subpart 12.6, as supplemented with the Wisconsin Army National Guard 21 Day Menu and Performance Work Statement included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W912J2-11-T-0004, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-50. This requirement is a total Small Business set-aside. The NAICS code is 722320, Caterers, Size Standard is $7.0 Million. The contractor shall provide all plant, labor, materials, and transportation necessary to cater and serve meals to Wisconsin Army National Guard soldiers, 6-30 June 2011 as specified in the requirements. The various dates and numbers of catered meals required are will be specified upon award to the awardee. The total number meals requested are 3380, and will consist of breakfast and dinner meals. This award will also require weekend coverage service. 1. The provisions at 52.212-2, Evaluation-Commercial Items apply. The Government will award to the responsible offeror whose offer, conforming to the solicitation will be most advantageous to the Government (price). The Contracting Officer will evaluate offers on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. The anticipated award will be a Firm-Fixed Price (FFP) type contract. Offerors must submit quotes on the full quantity identified. Award shall be made to a single offeror. The Government reserves the right to make no award under this procedure. Offerors shall utilize the attached RFQ document to submit their offer. All late quotes will be rejected. 2. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government may make additions or deletions to the number of meals required during the contract period, and will provide a 24-hour notice to the contractor; the Government will not be liable for any meals cancelled at least 24 hours prior to the stated need. 3. The Federal Government is tax exempt. 4. The provisions and clauses listed below are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev), FAR 52.219-6 Notice of Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-25 Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third party, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirements to Inform Employee of Whistleblower Rights, DFARS 252.204-7004 Alt A Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFARS 252-225-7000 Buy American Act- Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act and Balance of payments Program, DFARS 252-232-7010 Levies on Contract Payments, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, DFARS 252.225-7035 Buy American Act- Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments program. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 5. Any award made pursuant to this solicitation is subject to the availability of funding. 6. All offerors must be registered in the Central Contractor Registration (CCR) Lack of registration in CCR may make an offeror ineligible for award. The contract recipient is required to be CCR Registered prior to award. Registration information can be found at http://www.ccr.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due: 12:00 PM CDT on Tuesday, 24 May 2011, via e-mail to gary.daniel.brown@us.army.mil or faxed to USPFO for Wisconsin (P&C) at 608.427.7279. Point of Contact for this combined synopsis/solicitation is Gary Brown 608.427.7273 7. IMPORTANT): No kitchen facilities are available at the New Richmond Location for use by the contractor to prepare meals and no Government Furnished Property will be available for use by the contractor for the operation of any type of mobile kitchen equipment. Offerors are advised that mobile kitchens and trailers will not be parked and operated on New Richmond, WI property.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J211T0004/listing.html)
- Place of Performance
- Address: New Richmond 1245 Wall Street New Richmond WI
- Zip Code: 54017
- Zip Code: 54017
- Record
- SN02446805-W 20110514/110512235049-a6e1c61b2a709c60bac3ee8ad3ce79c5 (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 |