SOLICITATION NOTICE
S -- COMBINED SYNOPSIS SOLICITATION FOOD SERVICES RCTA
- Notice Date
- 7/17/2020 2:43:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
- ZIP Code
- 39232-8861
- Solicitation Number
- W9127Q20R0023
- Response Due
- 7/23/2020 1:00:00 PM
- Archive Date
- 08/07/2020
- Point of Contact
- Christopher A. Sabine, Phone: 6013131700, Angela Ellis, Phone: 6014058341
- E-Mail Address
-
christopher.a.sabine.civ@mail.mil, angela.d.ellis12.mil@mail.mil
(christopher.a.sabine.civ@mail.mil, angela.d.ellis12.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS SOLICITATION W9127Q-20-R-0023 FOOD SERVICES RCTA This is a solicitation for a commercial service prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12, as supplemented with additional information included in the notice. This solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2020-07, Effective 02 July 2020 and the Defense Federal Acquisition Regulations (DFARS) updated 2020/24/03, Effective 23 March 2020. The provisions and clauses incorporated into this solicitation are attached separately on the RFQ Word Document. This requirement is being issued on as a Total Small Business Set-Aside. The North American Industrial Classification System Code is 722310 with a standard size of $38.5 Million. The Government contemplates an award of a Firm Fixed Price contract resulting from this solicitation. United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue a purchase order for the following service. The service to be performed shall be in accordance with the following Performance Work Statement (PWS): Performance Work Statement PERFORMANCE WORK STATEMENT (PWS) FOR CATERED MEALS 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to provide meals as defined in this PWS. 1.2 Background: The Regional Counterdrug Training Academy will be conducting a Polygraph Course at the Alabama Criminal Justice Training Academy for up to twenty (20) law enforcement officers. 1.3 Period of Performance (PoP): Period of Performance will be August 3rd through October 9th 2020. Breakfast, lunch, and dinner will be served to twenty (20) students everyday beginning August 3rd. Breakfast only will be served to twenty (20) students on October 9th. 1.4 General Information: All Breakfast will include Juice and Coffee, Fruit, Eggs, 1 Meat, Bread (Biscuits or Pancake) and Starch. Lunch and Dinner will include Meat, 2 Vegetables, Bread, Dessert and Tea. Utensils needed for meal consumption will be provided by the Vendor. CLIN 0001- BREAKFAST MEALS, Period of Performance (August 3rd through October 9th), Quantity/Unit of Issue: 1360 EA Firm Fixed Price (FFP) CLIN 0002- LUNCH MEALS, Period of Performance (August 3rd through October 8th), Quantity/Unit of Issue: 1340 EA Firm Fixed Price (FFP) CLIN 0003- DINNER MEALS, Period of Performance (August 3rd through October 8th), Quantity/Unit of Issue: 1340 EA Firm Fixed Price (FFP) CLIN 0004- E-CMRA, Contracting Manpower Reporting May be Not Separately Priced (NSP) or Firm Fixed Price 1.4.1 Place and Performance of Services: The contractor shall provide Breakfast 0700-0800, Lunch from 1200-1300 and Dinner 1800-1900. All meals will be served at the dining facility at the Alabama Criminal Justice Training Academy. Vendor will maintain all cleanliness in the area where meals are distributed and adhere to the rules and guidance concerning COVID-19. Students will maintain the cleanliness of the eating and surrounding area. 1.4.2 Unscheduled gate closure: N/A 1.4.3 The contractor's employees shall become familiar with and obey the regulations of the facility; including fire, traffic, safety and security regulations while at the facility. Contractor employees should only enter restricted areas when required to do so and only upon prior approval. All contractor employees shall carry proper identification with them at all times. The contractor shall ensure compliance with all regulations and orders of the installation which may affect performance. Security Requirements. The contractor shall comply with all applicable facility access and local security policies and procedures, which may be obtained from the Contracting Officer's Representative (COR). Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.6 Physical Security. The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 2.0 Definitions and Acronyms: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the property, material, equipment, and/or services listed below solely for the purpose of performance under this contract: 3.1 Property: The Government will furnish the necessary workspace for the contractor to perform services outlined in this PWS to include ice and serving bar (hot and cold). 4.0 Contractor Furnished Property, Materials, and Equipment (CFP/M/E): 4.1 Contractor will arrive to feed the number of people for the given day, as previously stated, with the necessary equipment needed. 5.0 Contractor Manpower Reporting (CMR): 5.0.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. 5.0.2 The contractor shall completely fill in all required data fields using the following web address: http://www.sam.gov/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2020. Contractors may direct questions to the POC jordan.t.holmes5.mil@mail.mil. 6.0 Applicable Publications: N/A 7.0 HSPD-12 Background Investigation Requirements: The contractor shall ensure that all contractor and subcontractor personnel whose duties require CAC card issuance obtain them, and shall process all CAC card applications. The contractor shall ensure that all employees requiring an initial background investigation complete a Personnel Security Investigation Portal (PSIP) form at Attachment TBD the earliest possible date and that this form is forwarded to the COR immediately. The COR will review the form for completeness and accuracy and forward it to the National Guard Bureau (NGB) Personnel Security manager who will initiate the investigation process via the PSIP. Contractor personnel will then receive two e-mail messages; the first will confirm that the investigative service provider has received the request, and the second will provide instructions for the completion of the appropriate form via the Electronic Questionnaires for Investigations Processing (e-QIP) system. Upon completion of the e-QIP questionnaire and submittal of all required documents, including fingerprint card to the security manager, the background investigation (BI) will be initiated. The contractor shall ensure immediate compliance with all instructions regarding background investigation processing, including those provided verbally, by e-mail or via a Government system. The contractor is cautioned that the entire process from submittal of the PSIP form to return of the FBI fingerprint check may routinely take from two to six weeks and shall factor this lead time into its hiring/placement process. The contractor shall make all reasonable efforts to ensure that contractor employees meet CAC eligibility standards upon assignment to the contract and shall be held responsible for delays, failure to meet performance requirements or decreases in efficiency in accordance with the applicable inspection clause. Basis for award is low price that meets the minimum requirements (the characteristics and level of quality) that will satisfy the Government's needs. OPEN MARKET PRICING IS REQUESTED. Include all applicable fees. Prices quotes must be Firm-Fixed Price. All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Quotes are due no later than 4:00 p.m., CST, 23 July 2020. Submit quotes via email or fax to Chris Sabine, christopher.a.sabine.civ@mail.mil or 601-313-1569; mail to: USPFO-MS-PC, Attn: Chris Sabine, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to Chris Sabine in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Chris Sabine, christopher.a.sabine.civ@mail.mil. Requests for a copy of the solicitation will not receive a response.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7e47924e743244f6942f698a64dffb40/view)
- Place of Performance
- Address: Selma, AL 36701, USA
- Zip Code: 36701
- Country: USA
- Zip Code: 36701
- Record
- SN05724789-F 20200719/200717230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |