SOLICITATION NOTICE
89 -- Mauritania Food & Water Catering Services - Food & Water Catering, Performance Work Statement
- Notice Date
- 2/8/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- Department of the Navy, United States Marine Corps, II MEF, PSC Box 20080, Camp Lejeune, NC 28542, Camp Lejeune, North Carolina, 28542, United States
- ZIP Code
- 28542
- Solicitation Number
- M27100-15-T-6002
- Archive Date
- 3/1/2015
- Point of Contact
- Robin C. Spotts, Phone: +39 366-774-4876, Jason C. Alexander, Phone: +39 366-779-8952
- E-Mail Address
-
robin.spotts@usmc.mil, jason.c.alexander@usmc.mil
(robin.spotts@usmc.mil, jason.c.alexander@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Food & Water Catering, Performance Work Statement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M27100-15-T-6002 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 and Defense FAR Supplement Publication Notice (DPN) 20141216. The Special Purpose Marine Air Ground Task Force Crisis Response Africa (SPMAGTF-CR-AF) has a requirement for the following: CLIN 0001: Food Catering Services Food Catering Services in accordance with the Performance Work Statement. Contractor must provide all labor, materials, supplies and transportation necessary to conduct the catering services required. Catering Service required consists of (3) meals per day for (20) personnel from 16-Feb-2015 to 20-Mar-2015 (33 days). Quantity: 1. Unit of Measure: Each CLIN 0002: Bottled Water Bottled water delivery in accordance with the Performance Work Statement. Contractor must deliver (6) Liters of bottled water per day for (20) personnel from 16-Feb-2015 to 20-Mar-2015 (33 days). A total of 3,960 Liters of bottled water must be delivered during the performance of the contract. Delivery. Quantity: 1. Unit of Measure: Each A firm-fixed price contract will be awarded using the procedures at FAR Part 13, Simplified Acquisition Procedures. Quotes will be evaluated using the lowest price technically acceptable process. Contract award will be made to the Lowest Price Technically Acceptable (LPTA), responsive, responsible offeror. Technical acceptability will be determined by the offeror's ability to accomplish all tasks identified in the Performance Work Statement (PWS) and ability to meet the administrative requirements to receive a contract. All offeror responses must be in English. Offeror's must be willing and able to accept Electronic Funds Transfer (EFT) as the method of payment in accordance with the requirements of FAR Clause 52.232-34, Payment by Electronic Funds Transfer. The following FAR provisions and clauses apply to this acquisition. The full text of the provisions and clauses can be found at http://farsite.hill.af.mil/vffara.htm. 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses cited in 52.212-5 are also applicable: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.222-50, Combating Trafficking in Persons 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-34, Payment by Electronic Funds Transfer - Other Than System for Award Management The following DFARS provisions and clauses are applicable to this acquisition. The full text of the provisions and clauses can be found at http://farsite.hill.af.mil/vfdfara.htm. 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirements to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.222-7002, Compliance with Local Labor Laws (Overseas) 252.225-7041, Correspondence in English 252.232-7008, Assignment of Claims (Overseas) 252.232-7010, Levies on Contract Payments 252.233-7001, Choice of Law (Overseas) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items Offerors quotes and questions regarding this RFQ can be sent to Staff Sergeant Robin Spotts at robin.spotts@usmc.mil and Staff Sergeant Jason Alexander at Jason.c.alexander@usmc.mil. Only quotes received before February 14, 2015 at 4:00 pm (UTC + 01:00, Rome) will be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M27110/M27100-15-T-6002/listing.html)
- Place of Performance
- Address: Base Hotel, 1st Headquarters Base, Nouadhibou, Mauritania, Nouadhibou, Mauritania
- Record
- SN03636731-W 20150210/150208233333-fc902c3e3ef1d137ecf992783e1dc2fc (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 |