Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
SOLICITATION NOTICE

89 -- 329th Annual Training Meals (Bold Quest)

Notice Date
8/1/2025 8:11:55 AM
 
Notice Type
Solicitation
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
W7N5 USPFO ACTIVITY VA ARNG RICHMOND VA 23297-0000 USA
 
ZIP Code
23297-0000
 
Solicitation Number
W912LQ-25-Q-A033
 
Response Due
8/8/2025 8:00:00 AM
 
Archive Date
08/23/2025
 
Point of Contact
David A. Pickard
 
E-Mail Address
david.a.pickard.civ@army.mil
(david.a.pickard.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*****AMENDMENT 1 on 8/01/2025 at 11:08 am EST: This Amendment 1 is to post the ""Answer to Industry Questions."" below and under the attachment file ""Answer to Indsutry Questions.""***** Answers to Industry Questions Q1. How should meals be packaged (e.g., individual containers, bulk trays, tamper-proof) / Are meals to be pre-packaged for pick-up by the soldiers? A1. See Section 5.3.1 of the PWS. Q2. Is the contractor required to provide proof of delivery or electronic tracking? A2. No but coordination should be a regular task so nothing is missed. Q3. Is the contractor required to hold specific food safety certifications (e.g., ServSafe)? A3. No but see Section 5.0, 5.3.10 Q4. Are food preparation facilities subject to inspections or certifications (FDA, USDA, local health dept)? A4. See Section 5.0, 5.3.10 and 5.6.3 of the PWS. Q5. Will background checks be required for personnel involved in food prep or delivery? A5. See Section 1.4.5 of the PWS. Q6. How will meal quality and consistency be monitored? A6. See Technical Exhibit 1 of the PWS and 5.3.7 Q7. Are taste tests, site visits, or audits part of the evaluation process? A7. See Technical Exhibit 1 of the PWS and 5.3.7 Q8. Is the pricing structure per meal, per delivery, or flat rate? A8. Please see the Solicitation Description under Section 4 - Addendum to 52.212-1(A)(1) for pricing structure. Q9. What are the invoicing terms and payment schedule (monthly, net 30, etc.)? A9. This is a one-time invoice of net 30. Q10. Is any on-site setup required by the contractor? A10. No setting up required but coordinate with COR on where they want you to place the food. Q11. Are bonding or insurance requirements part of the contract? A11. No, but it might be good practice if something happens. Q12. Has the vendor had previous similar contracts, and can the vendor provide previous references or samples? A12. There is no previous vendor. End of Amendment 1 1. GENERAL INFORMATION: a. This solicitation is a Request for Quote for commercial items and services, under Synopsis W912LQ-25-Q-A033 which was posted 15 days prior to this solicitation posting. b. The Virginia Army National Guard is seeking Prepared meals Support at Fort Pickett in Blackstone, Virginia from 06 September 2025 � 30 September 2025. The available training areas on Fort Pickett currently do not have the infrastructure necessary to maintain a sanitary environment. This requirement is necessary to provide this environment, which will allow training personnel the ability to complete their assigned tasks throughout their periods of duty. c. The Government intends to award a Firm Fixed-Price Contract resulting from the Request for Oral Quote (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 311991 (Perishable Prepared Food Manufacturing) with a business size standard of 700 employees. The Product Service Code (PSC) is 8970 (Composite Food Packages). This requirement will be a 100% Small Business Set-Aside solicitation, and only qualified offerors may submit quotes. d. The Government will not pay for costs associated with the preparation of a quote in response to the solicitation. e. To be considered for an award, vendors shall have an active registration in the System for Award Management (SAM) at https://sam.gov. Vendors are responsible for ensuring that the representations and certifications in their SAM registration are accurate and current. f. Payments will be made through the Wide Area Workflow (WAWF) application in accordance with DFARS clause 252.232-7006, Wide Area Workflow Payment Instructions. g. PIM 2022-02, section VIII: NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or another external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency�s Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: National Guard Bureau Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to Contracting Officer Rebecca L. Fowler at Rebecca.l.fowler6.civ@army.mil. h. The Government�s obligation for the performance of this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 2. COMMUNICATIONS WITH THE GOVERNMENT: a. Questions: Submit written questions via email ONLY to contract specialist David A. Pickard at david.a.pickard.civ@army.mil. No phone calls will be accepted. Questions will be received until 01 August 2025, no later than 11:00 am Eastern Standard Time (EST). Contract Specialist: David A. Pickard; david.a.pickard.civ@army.mil Contracting Officer: Rebecca L. Fowler 3. BASIS FOR AWARD: a. Award will be made via Firm Fixed-Price Contract to a responsible vendor who can provide the required fresh, quality products in the Prepared Meals description at the lowest price. Multiple awards will not be made. b. All CLINs and line items MUST be quoted, or the quote is considered NON-RESPONSIVE. c. To be considered for award, vendors shall have an active registration in the System for Award Management (SAM) at https://sam.gov. Vendors are responsible for ensuring the representations and certifications in their SAM registration are accurate and current. d. Interested vendors agree to hold the prices in their quote firm for 60 calendar days from the date specified for the closing of this RFQ. 4. ADDENDUM to 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services A. Addendum to FAR 52.212-1(b), Submission of Quotes. The offeror shall submit an electronic copy of their dated quote via e-mail to: david.a.pickard.civ@army.mil with the solicitation number (W912LQ-25-Q-A033) in the subject Line/block of the email by 08 August 2025, no later than 11:00 AM EST. Facsimile quotes will not be accepted. Vendors who do not provide all the required information with their quotes may be deemed NON-RESPONSIVE for further consideration for award. In addition to the items required by 52.212-1(b), the offeror shall complete and provide the following with their submission: 1. Submission of pricing, which shall include pricing for each CLIN separately and then a total price of all CLINs. Vendors can submit pricing formats other than what has been provided. If any other format is submitted, the pricing, unit price, and total amount may not be clear for each item requested; thus, the vendor may be deemed NON-RESPONSIVE. B. Addendum to FAR 52.212-1(f), Late submissions, modifications, revisions, and withdrawal of offers. This paragraph is tailored to read as follows: Interested vendors are responsible for submitting electronic quotes by the solicitation due date and time. Quotes received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6897d22e060a4a059daaf90aeb326b9b/view)
 
Place of Performance
Address: Blackstone, VA, USA
Country: USA
 
Record
SN07533943-F 20250803/250801230046 (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.