Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2018 FBO #6166
SOLICITATION NOTICE

89 -- Raw Subsistence Nov-Dec 2018 and Jan 2019 - RFQ Package

Notice Date
10/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ19Q0001
 
Archive Date
11/1/2018
 
Point of Contact
Rebecca Fowler, Phone: 4342986206
 
E-Mail Address
rebecca.l.fowler6.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
21 Day Menu Pricing Worksheet for January 2019 Requirements Pricing Worksheet for December 2018 Requirements Pricing Worksheet for November 2018 Requirements Statement of Work This solicitation is being issued as 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 and corresponding attachments constitute the only solicitation; quotes are being requested and a separate solicitation will not be issued. Solicitation W912LQ19Q0001 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, effective 22 August 2018. This procurement is being issued as a Small Business Set Aside (SBSA) under NAICS code 311991 with a small business size standard of 500 employees. The Virginia Army National Guard has a requirement for raw subsistence to be delivered to various locations in the Commonwealth of Virginia during the period November 1, or date of award if subsequent thereto, through January 31, 2019. The attached Performance Work Statement and Pricing Worksheets provide additional information regarding the specific requirement. The pricing worksheet shall be used for submitting the price quote. Award will be made to the vendor whose quote is the lowest priced. The government intends to award without discussions. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. In order to be considered for award, vendors must have an active registration in the System for Award Management (SAM) database at www.sam.gov. All questions shall be submitted in writing and received prior to 4:00 p.m. ET, October 12, 2018. Questions should be sent via email to rebecca.l.fowler6.civ@mail.mil. Quotes are due not later than the time and date specified on the Federal Business Opportunities (FBO) website, www.fbo.gov. Quotes should be sent via email to rebecca.l.fowler6.civ@mail.mil. Submission Requirements: Prospective vendors shall submit the following information with their quote package. Failure to submit one or more of the required documents may render the submission unresponsive. 1 - Price (using attached pricing schedules) 2 - Representations and Certifications (FAR Provisions 52.204-17 and 52.212-3) The following provisions are incorporated in this solicitation by reference: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors - Commercial (Amended to delete paragraphs (d) Product Samples and (e) Multiple Offers; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; The following clauses are incorporated in this solicitation by reference: FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated in this solicitation by full text. The full text can be found at http://farsite.hill.af.mil. FAR 52.204-17, Ownership or Control of Offeror (must be returned with quote); FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I (must be returned with quote); FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; The following clauses are incorporated by full text. The full text can be found at http://farsite.hill.af.mil. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, to include the following clauses referenced in the basic clause 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcotnracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-37, Employment Reports on Veterans, 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2018-O0021); FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ19Q0001/listing.html)
 
Record
SN05118394-W 20181011/181009230608-716c963553895d15dc648e4827e1b1c1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.