Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

89 -- Catered Meals

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
DAHA20-03-T-2010
 
Response Due
6/19/2003
 
Archive Date
8/18/2003
 
Point of Contact
KARI CHURCHILL, 517-483-5904
 
E-Mail Address
Email your questions to USPFO for Michigan
(kari.churchill@mi.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 b eing requested and a written solicitation will not be issued. This solicitation number is DAHA20-03-T-2010, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circul ar Number 2001-14 and Defense Acquisition Circular Number 91-12, 20030430 Edition. This solicitation is 100% set-aside for small business and award will be made based on Best Value to the Government considering requirements listed below. The North Americ an Industry Classification System (NAICS) code is 722320 with small business standard of $6.0 million or less annual gross revenue. Description of service: Service, nonpersonal, for catered meals at Ft. Custer training site, Augusta, MI. Meals are to be served on an as-needed basis. Dates of service for the meals and number of meals to be served is unknown. A minimum of seven days notice will be given before the meals are needed. Meals must be in accordance of the Michigan National Guard 14-Day Menu ( available per email at kari.churchill@mi.ngb.army.mil). Meals (Breakfast, Lunch and Dinner) are to be prepared off-site and delivered ready to serve. Offer to be firm fixed-price. Wage Determination Number 1994-2277 R16 (dated 07/10/2002) rates apply to this solicitation with the Health and Welfare being $2.15 per hour. The following FAR provisions and clauses apply to this solicitation: 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.209-6, Protecting the Government??????s Interest when Subcontracting with Contractors Debarred, Suspended, or Propos ed for Debarment; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.211-16, Variation in Quantity (0%, 0%, each line item); 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Comme rcial Items (Evaluation factors being price, delivery, prior performance and ability to meet Government requirements with each being equally considered in the evaluation process); 52.212-3 Alt I, Offeror Representation and Certifications-Commercial Items A lternate I; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.219-1 Alt I, Small Business Program Representations Alte rnate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations of Subcontracting; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-43, Fair Labor Standards Act and Service Contract Act ?????? Price Adjustment (Multiple Year and Option Contracts); 52.225-13, Restrictions o n Certain Foreign Purchases; 52.225-16, Sanctioned European Union Country Services; 52.228-5, Insurance ?????? Work on a Government Installation; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer ?????? Central Contractor Re gistration; 52.232-36, Payment by Third Party; 52.233-3, Protest After Award; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By R eference; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supple ment (DFARS) clauses apply to this solicitation: 252.204-7003, Control of Government personnel work product; 252.204-7004, Required Central Contractor Registration; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.212-7000, Offeror representations and certifications ?????? Commercial items; 252.212-7001 (Dev), Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.217-7019 Alt I, Sanitary Conditions ?????? A lternate I; 252.223-7006, Prohibition on storage and disposal of toxic and hazardous materials; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments; 252.243-7001, Pricing of Contrac t Modifications. Copy of provisions and clauses are available on the Internet at http://www.arnet.gov/far. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000; be registered with the C entral Contracting Registry (CCR) http://www.ccr.gov; must be capable of receiving payment via Electronic Funds Transfer (EFT) or VISA Credit Card; and provide three (3) customer references with business name, point of contact with telephone number. Failu re to provide this information can render your offer non-responsive and therefore not considered for award. The Government will award a Blanket Purchase Agreement (BPA) resulting from this solicitation to the responsible offeror whose offer conforms to th e solicitation and offers the best value to the Government. The BPA period is estimated to be from 1 July 2003 through 30 June 2008. Required information and completed offer to include the cost per individual meal (breakfast, lunch and dinner) may be fax ed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Kari Churchill, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time, 19 June 2003. All responsible sources may subm it an offer, which shall be considered by the agency. Questions may be addressed to Kari Churchill at kari.churchill@mi.ngb.army.mil or Gay Mullen at gay.mullen@mi.ngb.army.mil.
 
Place of Performance
Address: USPFO for Michigan 3111 West Saint Joseph Street, Lansing MI
Zip Code: 48913-5102
Country: US
 
Record
SN00340888-W 20030607/030605213512 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.