Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOLICITATION NOTICE

73 -- CATERED MEALS @ CAMP DODGE, IA - Catered Meals for Camp Dodge, IA

Notice Date
10/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-11-R-1001
 
Archive Date
11/10/2010
 
Point of Contact
Susan P. Hensley, Phone: 4342986207, , Phone: 4342986206
 
E-Mail Address
susan.p.hensley@us.army.mil, rebecca.fowler@us.army.mil
(susan.p.hensley@us.army.mil, rebecca.fowler@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Catered Meals 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. This solicitation, W912LQ-11-R-1001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45. This procurement is a 100% small business set-aside in accordance with FAR 19.502-2(a). The NAICS code is 722320 and the small business size standard for this NAICS Code is $7.0 Million. The Virginia Army National Guard (VAARNG) has a requirement for catered meals during the period of 6-18 November 2010. The required number of meals are Breakfast 2,652; and Dinner 2,652. Average number of meals per daily serving is 442 each; approximately 221 meals each for breakfast & dinner. The contractor shall provide all labor, supplies, tools, and supervision necessary to prepare, deliver, and serve meals in accordance with the attached Statement of Work (SOW) during the period of 6-18 November 2010. Price shall include all meal clean-up activities. Contractor shall be responsible to furnish paper goods, containers to serve, plastic ware to serve, individual packets of condiments such as salt, pepper, hot sauce, ketchup, assorted creamers, sugar, sugar substitute, butter, jellies, & peanut butter. Contractor shall supply plastic ware, cups, utensils, plates, bowls, napkins, ice and condiments. The following clauses are provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.farsite.hill.af.mil/; DFARS clauses and provisions can be read in their full text at the same site. The clauses are to remain in full force in any resultant contract: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (price and past performance); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (offerors must submit a complete copy with their offers or advise if they've been completed online at ORCA). Website for completion of Reps & Certs is https://orca.bpn.gov/. FAR 52.212-4 Contract Terms and Conditions Commercial Items and addendum to 52.212-4 as noted in SOW; FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III. All firms or individuals responding must be registered with the Central Contractors Registration (www.ccr.gov) Program to be considered for award. All quotes/responses must be received no later than 10:00 A.M., Eastern Time, 26 October 2010 and can be sent via email to susan.p.hensley@us.army.mil. Offerors shall include, within their quotation, proposed menus to include a unit price for both the Breakfast & Dinner Meal. Unit price will include all supplies and services per the SOW. Additionally, offerors are to include (one lump sum) charge, if applicable, for Contractor Manpower Reporting (CMR). Offerors are to Include quotation number, offeror's name and address, point of contact, phone number, fax number, e-mail address (if available), Cage Code or Duns Number, and Tax Identification Number on the cover sheet submitted with bid sheet. Failure to provide this information with your offer may cause your offer to be considered non-responsive. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered and are of equal weight: Price and Past Performance. Offeror is to provide up to 5 contracts from last three years to include contract number, name/phone number and email of point of contact for each contract. The Government intends to evaluate quotations/offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Please direct questions to MSG Susan P. Hensley at susan.p.hensley@us.army.mil via the attached Request for Information (RFI) no later than 4:00 P.M. ET on Thursday, 21 October 2010. Point of Contact Susan P. Hensley, 434-298-6207, FAX 434 298-6202, email susan.p.hensley@us.army.mil. Contracting Office Address USP&FO For Virginia, Purchasing & Contracting Division, Bldg. 316, Fort Pickett, Blackstone, VA 23824 Place of Performance Camp Dodge, Iowa, See Statement of Work for further detail.. Additional Info: US Point of Contact(s): Susan P. Hensley, 434 298-6207
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-11-R-1001/listing.html)
 
Place of Performance
Address: Building 54-S, Camp Dodge, Johnston, Iowa, 50131, United States
Zip Code: 50131
 
Record
SN02313839-W 20101022/101020233910-d2a0ba8c4a43de8164f285702d43b34c (fbodaily.com)
 
Source
FedBizOpps 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.