Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2023 SAM #7962
SOLICITATION NOTICE

S -- 140 FSS Catered Meals

Notice Date
9/13/2023 4:52:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
W7MY USPFO ACTIVITY COANG 140 BUCKLEY ANG CO 80011-9589 USA
 
ZIP Code
80011-9589
 
Solicitation Number
W50S6V23Q0011
 
Response Due
9/25/2023 12:00:00 PM
 
Archive Date
10/10/2023
 
Point of Contact
MSgt Christopher T. Stephenson, Phone: 7208479912, 140th Contracting Office, Phone: 7208479498
 
E-Mail Address
christopher.stephenson.6@us.af.mil, 140.WG.MSC@us.af.mil
(christopher.stephenson.6@us.af.mil, 140.WG.MSC@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNPOSIS/SOLICITATION Requirement Title: 140th FSS Catered Meals Solicitation Number: W50S6V23Q0011 Contract Type: Firm Fixed Price Solicitation Issue Date: 13 September 2023 Site Visit: N/A Response Deadline: 25 September 2023 @ 1:00 PM MDT Points of Contact:������� MSgt Christopher Stephenson; christopher.stephenson.6@us.af.mil � � � � � � � � � � � � � � � � � � � � �140th Contracting Office; 140.WG.MSC@us.af.mil GENERAL INFORMATION 1. 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; proposals are being requested and a written solicitation will not be issued. The Government intends to use simplified acquisition procedures for evaluating quotes and awarding the resulting purchase order in accordance with FAR 13.106. This requirement provides for full and open competition. 2. This solicitation is being issued as a Request for Quotation (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through: ����������� Federal Acquisition Circular ���������������������������������������� ����������� 2023-05 effective 07 September 2023 4. The North American Industry Size Classification System (NAICS) code associated with this requirement is 722320. 5. All quotes should be valid through 31 October 2023. 6. Presently there is no money available for this requirement and any award resulting from this solicitation is subject to the availability of funds IAW FAR 52.232-18. REQUIREMENT INFORMATION Description: The Contractor shall provide services necessary for providing Catered Meals as required in the attached Performance Work Statement. Place of Delivery/Performance/Acceptance/FOB Point: COANG Dining Facility 140 S. Apsen St. Bldg 706 Buckley SFB, Aurora, CO 80011 ATTACHMENTS Attachment 1: Performance Work Statement (PWS) Attachment 2: Quality Surveillance Plan (QASP) Attachment 3: Wage Determination 2015-5419 Rev 24 Attachment 4: CLS Clause Export INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: - Quoted amounts shall be net prices without tax - Quotes, attachments, and all other correspondence as listed in this solicitation must be emailed to all points of contact (POCs) - All questions are to be submitted in writing by 19 September 2023 @1:00 PM MDT - Quotes are due by 25 September 2023 @1:00 PM MDT - Quotes shall not exceed 10MB in size - The anticipated award date is 30 September 2023 EVALUATION CRITERIA See Addendum of FAR 52.212-1 below for full details. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: The Government will assess the offeror�s quote on two (2) factors: (1) Price and (2) Technical Capability.� The Government reserves the right to accept other than the lowest priced offer and reject any and all offers. The basis of award will be a conforming quote that represents the best value to the Government. As stated in FAR 52.212-1(g), the Government intends to make an award without conducting discussions. Evaluation Factor 1 � Price 1.1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable and complete. 1.2. Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable. 1.3. Completeness. The Government reserves the right to conduct discussions with offerors, but discussions are not anticipated or intended. Since discussions are not anticipated or intended, the Government requires complete proposals with respect to price. A complete proposal will include all information required by this solicitation. 1.4. Evaluation of Option Pricing. The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and 1/2 of the 4th option.�This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award. Evaluation Factor 2 - Technical Capability 2.1. The evaluation of the Technical Capability will assess the offeror's proposed approach and understanding of the requirements.� While the offeror is required to meet all sections of the PWS, the following paragraphs will specifically be evaluated to determine whether the offeror is capable of providing the needed services: 2.1.1 Paragraphs 1.4.1, 5.3.1, 5.4, 5.4.2, 5.5, 5.5.1-3, 5.6, 5.7, 5.7.1-4, 5.8, and 5.17.3.� 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, price and other factors considered. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on Total Evaluated Price, offeror's ability to meet the PWS requirements, and past performance based on a review of FAPIIS and SPRS. Award will be based on the offer that represents the best value to the Government. The Government will evaluate option pricing in accordance with 52.212-2(b). Additionally, as part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period prices to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and 1/2 of the 4th option.�This evaluation will not obligate the Government to exercise any option under FAR 52.217-8 or FAR 52.217-9. The total sum of the base period and all option periods will represent the Total Evaluated Price. The Total Evaluated Price must be determined as fair and reasonable by the KO prior to award. NOTE: The Government will perform a comparative evaluation (comparing quotes to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. No adjectival ratings will be assigned to the evaluation factors. The award will be based on price and other factors as listed above. The lowest priced offer may not necessarily represent the best value to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2386a752c6c4d319c4acd90ef0c2930/view)
 
Place of Performance
Address: Aurora, CO 80011, USA
Zip Code: 80011
Country: USA
 
Record
SN06829622-F 20230915/230913230507 (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 |
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.