Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
MODIFICATION

S -- Mess Attendant Services

Notice Date
9/16/2025 9:35:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA483025Q0070
 
Response Due
10/28/2025 11:00:00 AM
 
Archive Date
11/12/2025
 
Point of Contact
Amanda Richardson, Phone: 2292574917, Gerard J. Entwisle, Phone: 2292572509
 
E-Mail Address
amanda.richardson.13@us.af.mil, gerard.entwisle.2@us.af.mil
(amanda.richardson.13@us.af.mil, gerard.entwisle.2@us.af.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR 52.232-18, AVAILABILITY OF FUNDS The Government intends to award for this service; HOWEVER, FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. The Government's obligation under 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 until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. All References to �offer� or �offeror� in the clauses and provisions incorporated below are deemed to have the meaning of �quotation� and �quoter� respectively. Any quotation received in response to this Request for Quotation (RFQ) is not binding until the contractor either signs the purchase order issued at the time of award or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR) 2025-05, Defense Federal Acquisition Regulations Supplement (DFARS) 2025-01 and Department of the Air Force Federal Acquisition Regulations Supplement (DAFFARS) 2024-10. The solicitation number for this procurement is FA483025Q0070 and it is issued as an RFQ. The 23D Contracting Squadron is soliciting for a non-personal service, Mess Attendant Support Services for one (1) appropriated funded (APF) food operation, comprised of one (1) primary dining facility (DFAC), Georgia Pines Dining Facility. The services are to be performed at Moody Air Force Base. The operations are entirely managed by United States Air Force personnel assigned to the 23D Force Support Squadron (23 FSS). Under the contract, Air Force personnel will retain all management responsibilities, functions, and oversight, as well as day-to-day decision-making authority, for facility operations. This acquisition is for a competitive, 8(a) Set-Aside (FAR 19.8) and State Licensing Authority (SLA) representing Randolph-Sheppard Act vendor (20 U.S.C 107, et. Seq) will not be excluded from competition. All quotations (including any offer submitted by an SLA) will be evaluated according to the evaluation criteria stated in the solicitation and award will be made to the lowest priced technically acceptable (LPTA) offer. The Government intends to award a single, Firm-Fixed Price contract without exchanges. Therefore, the quoter should submit their best offer up front. FOB Point: Destination (Moody AFB, GA.) Period of Performance: Base Year: 1 April 2026 through 30 September 2026 Option Year 1: 1 October 2026 through 30 September 2027 Option Year 2: 1 October 2027 through 30 September 2028 Option Year 3: 1 October 2028 through 30 September 2029 Option Year 4: 1 October 2029 through 30 September 2030 All work shall be in strict compliance with the specification of the contract and the Performance Work Statement (PWS), Attachment 1. In accordance with (IAW) FAR 52.219-1, the North American Industry Classification System Code (NAICS) and the small business size standard for this procurement is 722310 with a small business size standard of $47.0 million. The Federal Supply Classification code for this requirement is S203. All contractors must be registered on the System for Award Management (SAM.gov) database to be eligible for a Department of Defense contract award. All responsible sources that submit a timely quotation shall be considered by the agency. Registration requires applicants to have a Unique Entity ID (UEI) from SAM.gov. Registration may take up to several weeks to process. Recommend registering immediately to be eligible for timely award. All prospective offerors must go to http://www.sam.gov/ to add or update their Representations and Certifications record. The provision at FAR 52.212-1, Instruction to Offerors, Commercial Products and Commercial Services, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Response Time: Quotations will be accepted electronically no later than 2:00 PM EST on 4 Nov 2025. Quotations will only be accepted electronically. Offeror(s) is responsible for submitting a quotation in response to this solicitation which shall include completed the Certificate of Compliance with Insurance Requirement form (Attachment 3). The subject line of the email shall contain the solicitation number (FA483025Q0070) and your company name. It is the responsibility of the Offeror to ensure that the quote, and all required attachments, are received by all solicitation POCs prior to the close date and time of the solicitation. Amendments must be acknowledged in writing, or the quote may be ineligible for evaluation and award. It is the Offeror's responsibility to check SAM.gov for amendments issued against this solicitation and respond; accordingly, otherwise, quotations will not be accepted. Quotes and all attachments must be received in the following POCs email addresses: amanda.richardson.13@us.af.mil, and gerard.entwisle.2@us.af.mil. Quotes that are received late (i.e. after the date and time shown in the preceding sentence), incomplete, or at any location other than the e-mail box identified in the previous sentence will be considered to be late and will not be evaluated by the Government. E- mail transmission is not instantaneous and delays in transmission may occur anywhere along the route. The Government takes no responsibility for any delays in the transmission of an e-mail quote. Site Visit. A site visit will be held on 7 Oct 2025 at 9:00 AM EST. Interested vendors will meet at the 23D Contracting Squadron, 4380 Alabama Road, Moody AFB, GA 31699 (Attachment 6, Base Map). Parties will then proceed to the Georgia Pines Dining Facility (DFAC). Pre-registration is mandatory for attendance. To register for the site visit, submit a completed Base Access Request (Attachment 5) form to Contracting POCs identified in solicitation. If the Offeror�s personnel already have base access, please submit their names via email to Contracting POCs. Pre-registration will close five (5) business days prior to the site visit. A Government issued REAL ID is required for entrance into the installation. Attendance is not mandatory; however, not attending is at your own risk and will not be grounds for a claim after contract award IAW FAR 52.237-1. Questions and Answers. Should you have any questions about this requirement, please submit them no later than 2:00 PM EST 10 Oct 2025, all questions must be emailed to the POCs via Attachment 9. Answers to all questions will be posted to SAM.gov through an amendment to the solicitation. Interested vendors are responsible for monitoring the solicitation for amendments and updates. QUOTATION PREPARATION INSTRUCTIONS General Information. This section of the instructions to offerors prescribes the format of the quotation and describes the approach for the development and presentation of quotation data. The instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of the quotation. Include only information that is relevant to this requirement. Offerors shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the Offeror�s quotation. Quotation Format. The quotation shall be submitted in �bookmarked� Adobe (.pdf) format. A page is defined as 8 �� x 11� one face of a sheet of paper containing information and excludes such things as blank pages, title pages, and tables of contents. The font and size shall be Times New Roman, size 12. All material must be contained within the page limits identified for each volume. The pricing portion shall be on Pricing Schedule Worksheet, Attachment 4 in Microsoft Excel format. Quotation Structure. The composition of each quotation shall be such that extensive searching throughout the document is not required to locate and evaluate any area. Total page count will be determined by the number of printed pages (printing on both sides of the paper will be counted as two pages). It is the responsibility of the Offeror to ensure the page limits are adhered to. Any excess pages will not be reviewed. The quotation shall contain sufficient information to enable evaluators to make complete analyses of the quotations. The offer shall consist of the following separate volumes: Volume I � Price Quotation/Contract Documents � Submit one (1) copy Volume II � Technical Quotation - Submit one (1) copy Volume III � Past Performance Information - Submit one (1) copy The Government intends to evaluate offers and award a contract without exchanges with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Quotations will only be accepted electronically by the POCs identified in the RFQ. The subject line of the email shall contain the solicitation number (FA483025Q0070) and your company name. It is the responsibility of the Offeror to ensure the quote, and all required attachments, are received by all solicitation POCs prior to the close date and time of the solicitation. Offers are due to by 2:00 PM EST on 28 October 2025. Period for Acceptance of Offerors. The Offeror agrees to hold the price in its quote firm for ninety (90) calendar days from the date specified for receipt of quotations unless another time period is specified in an addendum to the solicitation. Late submissions, modifications, revisions, and withdrawals of quotation. Offerors are responsible for submitting quotations, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation or otherwise will not be accepted. A written notice of the award will be furnished to the successful Offeror within the time for acceptance specified in the quotation. Both the Offeror and Government shall sign to make the contract binding. Debriefing. An Offeror, upon request and received by the agency within three (3) days after the date of contract award, the contracting officer shall furnish the information described in paragraph FAR 15.503(b)(1) to unsuccessful offerors. The debriefing shall be conducted IAW FAR 15.506. Attachment 1 PWS Mess Attendant Attachment 2 Wage Determination 2015-4493 Rev. 29 8 July 2025 Attachment 3 Contract Insurance Compliance Attachment 4 Pricing Schedule Worksheet Attachment 5 Base Access Request Attachment 6 Base Map Attachment 7 Past Performance Information Attachment 8 Past Performance Questionnaire Attachment 9 Question and Answer Form Attachment 10 Mission Essential Service Plan Attachment 11 Financial Reference Worksheet Attachment 12 Solicitation (SF 1449) FA483025Q0070
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9b234d98aef541399930a90da0c4d786/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN07592110-F 20250918/250916230039 (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.