SOLICITATION NOTICE
73 -- The Montana ARNG requests Food Service from 06 March 2015 to 30 April 2015. The intent is to have a vendor provide meals that are well balanced for nutritional value while providing variety and proper daily caloric needs.
- Notice Date
- 2/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-15-T-0010
- Response Due
- 2/13/2015
- Archive Date
- 4/6/2015
- Point of Contact
- Jodi Zolynski, 406-324-3410
- E-Mail Address
-
USPFO for Montana
(jodi.l.zolynski.mil@mail.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. SOCIAL ECONOMIC SET ASIDE: This requirement is a 100% set-aside for small business concerns. DESCRIPTION OF SERVICES The Contractor shall furnish prepared meals during March/April IDT meals for Units subsisting on Fort Harrison and Limestone Hills. Units may be added or deleted as requirements become known. ** Some Meals will be served at Limestone Hills and require warming beverages. Warming beverages only needed after Dinner meals. See details down below in the quote mark Meal Breakdown... quote mark section. ** The RTB Devils Brigade of 210 Soldiers will have earlier breakfast times than the other Soldiers. The RTB also uses separate funding and will be shown on the Solicitation as separate line items. GENERAL A. The Montana Army National Guard anticipates purchasing Food Service in accordance with this PWS for specific dates beginning with Dinner on 06 March 2015 and ending with Dinner on 30 April 2015. This requirement may extend to 2 May 2015 so contract does not end in the middle of a drill weekend. The intent is to have a vendor provide a high quality, hearty and filling meal cooked under commercial standards. All meals shall be well balanced for nutritional value while providing variety and proper daily caloric needs. B. The Government will award a contract resulting from this solicitation to the responsible Contractor whose offer conforming to the solicitation will represent the best value to the Government. The best value determination will be made by evaluating the contractor's offer based on Price and Past Performance, where Price and past Performance are approximately equal. C. Meal pricing must include all overhead, delivery, and clean-up costs. Gratuity is prohibited. D. Contractors shall submit no less than three (3) References to include name, job title, their location, and up-to-date contact phone number, and contract number that is close in scope to this proposal. The point of contact must be the prime customer or Contract Officer Representative of the specific contract and not be a relative or friend. This information may be submitted early via email to Jodi Zolynski (Jodi.l.zolynski.mil@mail.mil) or in your quote. E. Contractor shall also submit their statement of work including their proposed example menu for the period of performance with caloric values of all planned meals. F. Suspense date for Quotes is 13 February, No Later Than 1:00 PM MST. Submitting a quote: Contractor shall adhere to and provide the following in order for the quote to be considered: 1. Quote shall be submitted via email or attached document to email ONLY with the individual Breakfast, Lunch, and Dinner, warming beverages price, along with the total project price. Hard copies of quotes or verbal quotes will NOT be accepted. 2. Quote shall be emailed to Jodi Zolynski at jodi.l.zolynski.mil@mail.mil. Questions regarding this quote can be emailed to the same address or phone 406.324.3410. H. INSURANCE REQUIREMENT At time of award, contractor will provide proof of liability insurance with a minimum of $1,000,000 (1 million) per occurrence and $2,000,000 (2 million) aggregate I. Additional Information Active registration in System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ is required before award. Vendor shall not be listed on System for Award Management Exclusions. Invoices will be submitted through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/, payments will be made by Electronic Funds Transfer (EFT) and can take maximum of 30 days after government acceptance is received. I. Pre-Performance Conference: Contractor will be required to participate in a pre-performance meeting with government personnel no later than 5 business days after award. Participation by teleconference is acceptable. ALL INTERESTED VENDORS SHALL DOWNLOAD FULL PWS AND ALL ANNEXES BEFORE SUBMITTING A PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-15-T-0010/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789 Fort Harrison MT
- Zip Code: 59636-4789
- Zip Code: 59636-4789
- Record
- SN03634617-W 20150207/150205235646-258c7c1ea5c5dd9c12ec17af10ef1171 (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 |