MODIFICATION
89 -- Commercial Meals for NVNG - BPAs
- Notice Date
- 12/9/2021 11:34:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722513
— Limited-Service Restaurants
- Contracting Office
- W7NM USPFO ACTIVITY NV ARNG CARSON CITY NV 89701-6807 USA
- ZIP Code
- 89701-6807
- Solicitation Number
- W9124X22Q0003
- Response Due
- 1/11/2022 10:00:00 AM
- Archive Date
- 01/26/2022
- Point of Contact
- Scott Wittry, Phone: 775-887-7810, Alex Norris, Phone: 7757884663
- E-Mail Address
-
scott.m.wittry.civ@army.mil, alex.norris@us.af.mil
(scott.m.wittry.civ@army.mil, alex.norris@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Synopsis 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. The following document is prepared for a multiple award Blanket Purchase Agreement (BPA) Solicitation W912X-22-Q-0003 in accordance with FAR 13.303-3(a). This acquisition is utilizing NAICS code 722513 Limited-Service Restaurants with the small business size standard being $12M. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18 at the BPA Call/Order level.�Award will be made to the offeror who represents the best value to the Government as outlined in accordance with the criteria set forth within the solicitation.� Significant Dates Requests For Information (RFIs) due:� 12/21/21 at 10:00 AM, Pacific Standard Time � -Email RFIs to listed POC Solicitation Closing Date: 1/11/22�at 10:00 AM, Pacific Standard Time Eligibility Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror must maintain a current registration in SAM for the entire duration of the BPA in order to eligible for Calls and to facilitate disbursement of payments. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. Set-Aside Any awards resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns for a specific location, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns for the location. Evaluation The Government will award multiple BPAs from this solicitation to the responsible offerors whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. �The following factors shall be used to evaluate offers: price, past performance in relevant requirements, and technical capabilities.� The Contractor shall demonstrate through their offer and deliverables listed in �Technical Exhibit 2, Deliverables Schedule� of the PWS that they will meet or exceed the technical requirements stated within the Performance Work Statement. Technical and past performance, when combined are approximately equal to price. �Contractors should submit pricing for the mock requirement on attachment �Solicitation-Instructions to Complete-Terms and Conditons-W9124X22Q0003-Commercial Meals for NVNG""�section ""Instructions to Offerors� Each BPA call will be competed.� Issuance of BPA calls shall be made on the basis that is most advantageous to the Government, price and other factors considered.� Factors used to evaluate: can service the location of the requirement, and meets/or exceeds the requirements of the PWS at a price that is determined to be fair and reasonable by the government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7a7767f654a6451586c644c03fba9089/view)
- Place of Performance
- Address: Carson City, NV, USA
- Country: USA
- Country: USA
- Record
- SN06194575-F 20211211/211210201441 (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 |