Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
SOLICITATION NOTICE

89 -- Catered meals and raw ingredients provided to the KY Army National Guard at Fort Chaffee Arkansas

Notice Date
6/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
 
ZIP Code
40601-6192
 
Solicitation Number
W90NM7-1162-0400
 
Response Due
7/7/2011
 
Archive Date
9/5/2011
 
Point of Contact
Diane Hutchinson, 502-607-1390
 
E-Mail Address
USPFO for Kentucky
(diane.hutchinson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. 1. This is a combined synopsis/solicitation for catered meals and supply of raw ingredients, in support of Kentucky Army National Guard Annual Training as supplemented with a Request for Quote and two Statements of Work included in this notice. This solicitation, number W90NM7-1162-0400, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. This requirement is a total Small Business set-aside. The NAICS code is 722320, Caterers, Size Standard is $7.0 Million. The contractor shall provide all plant, labor, materials, and transportation necessary to cater, serve meals and provide raw ingredients to Kentucky National Guard soldiers, 20 July to 5 August 2011 as specified in the attached Statements of Work. The various dates and numbers required for catered meals and raw ingredients are specified on the attached Request for Quote. Only one quote per offeror will be considered. 2. A copy of all insurance(s) (standard business, liability, extraordinary insurances) must be submitted with the offeror's packet for evaluation purposes. 3. Each Contractor needs to provide three references that they have previously catered for. Provide their name, address and telephone number. These references must be similar in scope and price to this solicitation. Past performance will be evaluated as part of the technical capability factor. 4. The provisions at 52.212-2, Evaluation-Commercial Items apply. The Government will award to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government (price and other factors considered). This may result in award to other than the lowest offer received. The following factors shall be used to evaluate offers: price and technical capability. All evaluation factors other than cost or price are approximately equal to cost or price. The Contracting Officer will evaluate offers on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. The anticipated award will be a Firm-Fixed Price (FFP) type contract. Offerors must submit quotes on the full quantity identified. It is anticipated that Award shall be made to a single offeror, but the Government reserves the right to award to more than one. The Government reserves the right to make no award under this requirement. Offerors shall utilize the attached RFQ document to submit their offer. All late quotes will be rejected. 5. The Government may make additions or deletions to the number of meals required during the contract period, and will provide a 24-hour notice to the contractor; the Government will not be liable for any meals cancelled at least 24 hours prior to the stated need. 6. The provisions and clauses listed below are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations 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 (Dev), FAR 52.219-6 Notice of Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-25 Prompt Payment, 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 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirements to Inform Employee of Whistleblower Rights, DFARS 252.204-7004 Alt A Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, DFARS 252-225-7000 Buy American Act- Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act and Balance of payments Program, DFARS 252-232-7010 Levies on Contract Payments, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, DFARS 252.225-7035 Buy American Act- Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments program. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 7. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representation & Certification Application (ORCA) databases. Lack of registration in CCR and ORCA will make an offeror ineligible for award. Registration information can be found at http://www.bpn.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. 8. Quotes are due by: 4:00 PM EST on 7 July 2011, via e-mail to diane.hutchinson@us.army.mil or faxed to USPFO For Kentucky (P&C) at 502-607-1424. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. A complete offer should include a completed request of quote pricing sheet, three references for similar past performance, proof of required insurance and proposed menus for the period of performance. Point of Contact for this combined synopsis/solicitation is Diane Hutchinson at 502-607-1390 or OC Andrew Goldey at 502-607-1425.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15/W90NM7-1162-0400/listing.html)
 
Place of Performance
Address: Fort Chaffee Building 1549 Fort Smith AR
Zip Code: 72905
 
Record
SN02480747-W 20110625/110623235233-578599ed5825aeb4da4bfaa79a506276 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.