Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOLICITATION NOTICE

99 -- Catering Services - Statement of Work

Notice Date
10/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-12-Q-01MC
 
Point of Contact
MONICA K. CLAYTON, Phone: 7037677422
 
E-Mail Address
MONICA.CLAYTON@DLA.MIL
(MONICA.CLAYTON@DLA.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is SP4705-12-Q-01MC Catering-Service. The solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, DFARS Change Notice 20110202. This solicitation is 100 % set aside for Total Small Business. The NAICS code assigned to this acquisition is 722320 and small business size standard is $7,000,000.00. Award will be made as a firm fixed price contract. The purpose of this to obtain event Catering Support for leadership and educational events hosted by the Institute for N ational Strategic Studies. Interested parties shall quote on the following CLINs as identified: CLIN 0001: Food Services in accordance with paragraph 4.2.1 ; CLIN 0002: Clean up and removal, November 8-9; and CLIN 0003: Rental Table Linens. See the attached Statement of Work for additional information about the requirement. Period of performance shall be 8 November 2011 - 9 November 2011. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use the lowest price technically acceptable source selection process. See the below for additional on factors to be evaluated. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-41 Service Contract Act of 1965, as amended (NOV 07). FAR 52.222-50 Combating Trafficking in Persons. 52.223-5 Pollution Prevention and Right-to-Know Information. (a) Executive Order 13148 of April 21, 2000, requires Federal facilities to comply with the provisions of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11001-11050) and the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13109).(b) The Contractor shall provide all information needed by the Federal facility to comply with the emergency planning reporting requirements of Section 302 of EPCRA, the emergency notice requirements of Section 304 of EPCRA, the list of Material Data Safety Sheets required by Section 311 of EPCRA, the emergency and hazardous chemical inventory forms of section 312 of EPCRA, and the toxic chemical release inventory of Section 313 of EPCRA, which includes the reduction and recycling information required by Section 6607 of PPA. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-1 Disputes. FAR 52.233-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFAS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. PAYMENT: Per FAR 52.232-33 "Payment by Electronic Funds Transfer-Central Contractor Registration." Per FAR 252.232-7003 ELECTRONIC SUBMISSION AND PROCESSING OF PAYMENT REQUESTS AND RECEIVING REPORTS. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use the lowest price technically acceptable source selection process. The following standards shall be used to evaluate offers: (i) Technical: Offers must demonstrate its ability to provide service as specified in the statement of work. Offerors must be able to begin performance of 8 November 2011. (ii) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) All quotes submitted shall be the Offeror's best price. The Government reserves the right to award the contract on initial quotes. Quote submission packages shall have RFP SP4705-12-Q-01MC clearly identified on each Section title page. The deadline for the submission of questions, concerns, and clarifications is 2:00 p.m. eastern standard time, November 1, 2011. Proposals shall be submitted in accordance with closing date for SP4705-12-Q-01MC. Submitt all quotes thru elctronic submisson via e-mail at monica.clayton@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-Q-01MC/listing.html)
 
Place of Performance
Address: Lincoln Hall Room 2511, Ft. McNair, Washington, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN02612366-W 20111027/111025234034-30fc8053d36689fba06cc97645479aca (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.