Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOLICITATION NOTICE

S -- Food Service

Notice Date
11/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3652284A001-FoodService
 
Archive Date
11/27/2012
 
Point of Contact
James O. Cashwell, Phone: 7074247773, Felicia A. DeMita, Phone: 7074247764
 
E-Mail Address
james.cashwell@us.af.mil, felicia.demita@travis.af.mil
(james.cashwell@us.af.mil, felicia.demita@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a posting 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z3652284A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC -2005-61 effective 15 October 2012; DPN 20120906 effective 6 September 12. The North American Industry Classification System (NAICS) code is 722310. The business size standard is 35.5 M. The Federal Supply Class (FSC) is S203. The Standard Industrial Classification (SIC) is 5812. This requirement is being advertised as total small business set-aside. The requirements are as follows: CLIN 0001 -- THE CONTRACTOR SHALL PROVIDE FOOD SERVICE FOR THE ORI AT GULFPORT, MS 3-7 DECEMBER 2012 IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT (PWS) CLIN 0002--THE CONTRACTOR SHALL PROVIDE FOOD SERVICE FOR THE ORI AT GULFPORT, MS 4-8 FEBRUARY 2013 IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT (PWS) 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 following factors shall be used to evaluate offers: (i) Price (ii) Technical acceptability of the item offered to meet the Government requirement (Technical capability is meeting the requirements stated in CLINs 0001-0002 and the PWS); and (iii) Past Performance Addendum to 52.212-1 Instructions to Offerors Offerors shall submit, with quote, three (3) references for Food Service specific work. These shall include specific and accurate contact information of references, including names, telephone numbers, and email addresses. The following provisions/clauses apply to this solicitation: 52.212-1 Instructions to Offerors 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions (Deviation) 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Small Business Award Program 52.222-3 Convict Labor 52.222-50 Combating Trafficking in Persons 52.232-99 Accelerated Payments (Deviation) 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.204-7003 Control of Government Personnel Work Products 252.232-7003 Electronic submission of Payment Request 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea (Alt III) 52.204-9 Personal Identity Verification of Contractor Personnel 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.222-41 Service Contract Act of 1965 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Government Interest 5352.201-9101 OMBUDSMAN 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:/www.arnet.gov/far or http:/farsite.hill.af.mil 52.252-6 Authorized Deviation in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation 48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Deviation) 52.222-41 - Service Contract Act of 1965 - SCA Number:2005-2069 Revision 12, 13 June 2012 Occupational code: 07042 Cook II: $11.28 + fringe benefits + $3.71 H & W Occupational Code: 07070 Dishwasher: $8.77 + fringe benefits + $3.71 H & W Occupational Code: 07130 Food Service: $8.41 + fringe benefits + $3.71 H & W 52.222-42 Statement of Equivalent Rates for Federal Hires Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-2: Food Service 10.59+ locality pay WG-8: Cook II 19.35+ locality pay WG-2: Dishwasher 10.59+ locality pay (End of Clause) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered Wide Area Work Flow (WAWF) [http://wawf.eb.mil] and System for Award Management (SAM) [https://www.sam.gov/] to be eligible for award. All questions regarding the solicitation must be submitted to me via email by close of business, 6 NOV 2012. Please send all offers with product literature to james.cashwell@us.af.mil NO LATER THAN 12 NOV 2012, 11:00 AM, PST. Primary point of contact is James O. Cashwell, 2Lt, Contract Specialist, telephone 707-424-7773. Alternate POC is Felicia DeMita, Contracting Officer, telephone 707-424-7761, or preferably by email at felicia.demita@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3652284A001-FoodService/listing.html)
 
Place of Performance
Address: Gulfport MS, Gulfport, Mississippi, United States
 
Record
SN02922972-W 20121103/121101234624-325f7ba00bffc4eba274e9dcd8021528 (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.