SOLICITATION NOTICE
89 -- Catered Meals for the Oregon Army National Guard - Performance Work Statement
- Notice Date
- 11/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- 10951507
- Archive Date
- 12/23/2016
- Point of Contact
- Nicollette Kennemer, Phone: 5035843764
- E-Mail Address
-
nicollette.a.kennemer.mil@mail.mil
(nicollette.a.kennemer.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement and Standards 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: quotes; are being requested and a written solicitation will not be issued. The solicitation is No. 10951507 and is issued as a Request for Quote (RFQ). Request for Quotes are due by December 8th 2016 at 4:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 722320 -Caterers. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: CLIN 0001: RTI Training Cycle Provide 3,792 Each Breakfast Meals per the attached Performance work Statement. CLIN 0002: RTI Training Cycle Provide 2,571 Each Lunch Meals per the attached Performance work Statement. CLIN 0003: RTI Training Cycle Provide 3,293 Dinner Meals per the attached Performance work Statement. CLIN 0004: RTI Drill Staff Provide 75 Breakfast Meals per the attached Performance work Statement. CLIN 0005: RTI Drill Staff Provide 75 Dinner Meals per the attached Performance work Statement. CLIN 0006: 741st BEB Provide 50 breakfast Meals per the attached Performance work Statement. CLIN 0007: 741st BEB Provide 50 dinner Meals per the attached Performance work Statement. CLIN 0008: 2-218FA Provide 83 Breakfast Meals per the attached Performance work Statement. CLIN 0009: 2-218FA Provide 83 Dinner Meals per the attached Performance work Statement. CLIN 0010: Tag Match Provide 220 Breakfast Meals per the attached Performance work Statement. CLIN 0011: Tag Match Provide 110 Lunch Meals per the attached Performance work Statement. CLIN 0012: Tag Match Provide 220 Dinner Meals per the attached Performance work Statement. Place of Performance: Camp Umatilla 78080 Ordnance RD, HERMISTON, OR 97838 Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Additional submissions requirements: 1) proof of food handler's licenses for all staff serving, 2) a staffing plan to prove adequate staffing is available to feed multiple units at multiple times 3) Provide 3 references for past performance to include the point of contact's information, location of services, and scope of contract. Service Contract Minimum Wage Determination: 07000 - Food Preparation And Service Occupations 07010 - Baker $ 17.23 07041 - Cook I $13.97 07042 - Cook II $15.66 07070 - Dishwasher $ 9.89 07130 - Food Service Worker $10.88 07210 - Meat Cutter $17.51 07260 - Waiter/Waitress $12.54 Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9. Past performance references will be contacted in order to determine responsibly. Offeror's who have an overall negative past performance will not be considered for award. Terms and Conditions: Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' quotes shall be valid for a minimum of 30 days to be acknowledged in the offerors' quotes Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAR 52.204-7, Systems for Award Management. FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.237-1, Site Visit (if applicable). FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-3 Convict Labor FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.222-54, Employment Eligibility Verification. FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 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 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-6 Authorized Deviations in Clauses 48 CFR Chapter 1 FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation DFARS 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2017) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations DFARS 252.225-7048 Export-Controlled Items DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal any time before the due date to: Nicollette Kennemer at nicollette.a.kennemer.mil@mail.mil or Via Fax at 503-584-3771.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10951507/listing.html)
- Place of Performance
- Address: Camp Umatilla, 78080 Ordnance RD, HERMISTON, Oregon, 97838, United States
- Zip Code: 97838
- Record
- SN04334638-W 20161124/161122234803-ec387be0d58514beb96651896c44ce14 (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 |