SOLICITATION NOTICE
S -- Meals for Fire Dept USAR Training - PWS
- Notice Date
- 8/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 188 FW/MSC, 4850 LEIGH AVENUE, MAP, FORT SMITH, Arkansas, 72903-6096, United States
- ZIP Code
- 72903-6096
- Solicitation Number
- F6Q6CE1206A002
- Archive Date
- 9/14/2011
- Point of Contact
- Rachael L. Parker, Phone: 4795735280
- E-Mail Address
-
rachael.parker@ang.af.mil
(rachael.parker@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK 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. 1. This is a combined synopsis/solicitation for catered meals, in support of 188TH Fighter Wing, Arkansas Air National Guard, Fort Smith, AR 72903, prepared in accordance with the format in Subpart 12.6, as supplemented with 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 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 722310, Caterers, Size Standard is $35.5 Million. The contractor shall provide all plant, labor, materials, and transportation necessary to cater and serve meals to Air National Guard personnel 31 August 2011 through 30 August 2012 as specified in the statement of work. Contractor will provide 3 meal events (Breakfast, Lunch and Dinner) everyday in 2 week intervals when training is being conducted. Each meal event must feed approximately 30 people. The dates of training will be provided. Only one quote per offeror will be considered. 2. Third party providers shall include the additional information requested in the following lettered paragraphs (a through c). Failure to provide this information with any quote may deem the quote to be technically unacceptable and/or non-responsive. For a proposal submitted by an offeror that is not a caterer, the offeror must provide the following: a. A separate document describing the technical approach for the offerors services as a prime contractor. The technical approach must state that a representative from the third party will be available full-time during the inclusive dates of the catering requirement. The technical approach must include the third party's catering representative's name and contact information; and b. A copy of a signed written agreement between the third party offeror and a catering representative (who has the authority of the caterer) which states that the third party has been given the authority to propose a quote for the stated caterer. The agreement must state the required period of performance and that the caterer has the ability to perform for the stated period of performance. This agreement must not be dated before the date of this solicitation and no later than the offer due date; and c. A copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offerors technical proposal for evaluation purposes. 3. 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 and other factors considered). This may result in award to other than the lowest offer received. The following factors shall be used to evaluate offers: price, menu, and past performance. All evaluation factors other than cost or price are approximately equal to cost or price. Vendors must include in their proposals a sample menu. Additional requirements apply to third-party offerors; these requirements are contained elsewhere in this solicitation. 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. All late quotes will be rejected. 4. 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. 5. The Federal Government is tax exempt. 6. 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 7. Any award made pursuant to this solicitation is subject to the availability of funding. 8. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representation & Certification Application (ORCA) databases. Lack of registration in CCR and ORCA will make an offeror ineligible for award. Registration information can be found at http://www.bpn.gov. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due: 2:00 p.m. (CST) 30 August 2011, send to Rachael.parker@ang.af.mil, fax 479-573-5825, or mail 188th Fighter Wing, Operational Contracting Office, 4850 Leigh Ave, Fort Smith, AR 72903. Point of Contact for this combined synopsis/solicitation is Rachael Parker (Rachael.parker@ang.af.mil 479-573-5280).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03-1/F6Q6CE1206A002/listing.html)
- Place of Performance
- Address: 188th Fighter Wing, Arkansas Air National Guard,4850 Leigh Ave, Fort Smith, Arkansas, 72903, United States
- Zip Code: 72903
- Zip Code: 72903
- Record
- SN02545232-W 20110825/110823235227-7e22fbfdef2d31be3b3128afc2ac61cc (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 |