Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

S -- CATERED MEALS-FORT DEVENS-AYER MA.

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN05T0013
 
Response Due
6/10/2005
 
Archive Date
8/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (see note before for RFQ) Solicitation W912LN05T0013 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-03 . This procurement is a total small business set-aside. (See 19.502-2 The NACIS code and small business size standard for this procurement are 722320 and $6.0 million respectively. The quoter must state in their quotation their size for this procurement. USPFO for Vermont, VT-PFO-PC has a Firm Fixed Price requirement for catered meals at Fort Devens, MA during the period of 9 through 21 July 2005. Catered meals will consist of breakfast and dinner serving 160 meals each time. Full details are available in the RFQ available via email request to gordon.lesperance@vt.ngb.army.mil or bernhardt.smyle@vt.ngb.army.mil . Contractor shall provide all materials, labor, and transportation necessary to provide the caterer meals in accordance with the RFQ. The fol lowing clauses and provisions can be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration; 52-212-1, Instructions to Of fers-Commercial. Offers must include with their offer a completed copy of provisions at FAR 52-212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252-212-7000, Offeror Representation and Certifications-Commercial Items; FAR 52-212-4 Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-21 Prohibition of Segregated Faciliti es; 52.222-26 Equal Opportunity; 52-222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41 Service Contract Act of 1965; 52.225-13 Restriction on Certa in Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; 52.232-34 Payment by Electronic Funds Transfer-Other the Central Contractor Registration; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252-212-7001, Contract Terms an d Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Off ers must be sent in writing/FAX to the Contracting Officer above not later than 11:00 a.m. on 10 June 2005. Award will be made on or about 24 June 2005. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prio r to receiving and contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov The government will award a contract resulting from this solicitation to a responsible quoter whose quote conforms to this solicitation and is considered most advantageous to the Government. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Governments requir ement. . If any of the items being quoted are under GSA schedule, provide the schedule number and ordering information. All responsible sources may submit an offer, which, if timely received will be considered.
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3004
Country: US
 
Record
SN00814547-W 20050526/050524212203 (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.