Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOLICITATION NOTICE

S -- Catering Services at the Regional Training Facility (RTI) located on Fort Pickett, Blackstone, VA - W912LQ-17-T-0003 Attachment

Notice Date
1/18/2017
 
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-17-T-0003
 
Archive Date
3/2/2017
 
Point of Contact
Rebecca Fowler, Phone: 4342986206, Susan Swanson, Phone: 4342986293
 
E-Mail Address
rebecca.l.fowler6.civ@mail.mil, susan.e.swanson5.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil, susan.e.swanson5.civ@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
The attachment contains full text provisions and clauses, the performance work statement, the performance requirements summary, a sample 14-day menu and wage determination 96-0105 (Rev. -31). This solicitation is being issued as 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; quotes are being requested and a written solicitation will not be issued. Solicitation W912LQ-17-T-0003 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 13 Jan 2017. This procurement is being issued as a Woman-Owned Small Business (WOSB) Set Aside under NAICS code 722320 with a small business size standard of $7.5 million. The basis for award will be lowest priced, technically acceptable (LPTA). The following commercial service is requested in this solicitation. The Virginia National Guard intends to award a requirements type contract for catered meals. The contract, for the 183rd Regional Training Institute (RTI) at Fort Pickett Blackstone, VA, will include an ordering period from March 1, 2017, or date of award if subsequent thereto, through February 28, 2018. Individual task orders will be issued for specific requirements during the ordering period. The performance work statement, performance requirements summary and wage rates included in this notice, or subsequent amendment, will be made a part of any resulting award. Interested vendors shall provide firm fixed prices (FFP) for the following contract line item numbers (CLINs): 0001 - Breakfast - Estimated Annual Quantity - 10,280 meals at $_________ per meal 0002 - Lunch - Estimated Annual Quantity - 5,640 meals at $___________per meal 0003 - Dinner - Estimated Annual Quantity - 9,514 meals at $____________per meal 0004 - Warming Beverages - Estimated Annual Quantity - 500 each at $________each 0005 - Contractor Manpower Reporting - 2 reports at $______ per report *The vendor may indicate a price or mark this item as not separately priced (NSP). Pricing shall be all inclusive. For purposes of questions regarding if the government per diem rate is required the following response is provided. The solicitation is being issued on a competitive basis. The rate utilized for purposes of award will be the rate(s) quoted by the offeror determined to offer the lowest technically acceptable price(s). However, all-inclusive pricing shall not exceed per diem for Blackstone, Virginia. All quantities are estimated. Individual orders will identify quantities, delivery location(s) and period of performance required. The estimated quantities identified in the schedule reflect annual estimated quantities. There is no guarantee the total estimated quantity will be ordered. For informational purposes only, while meals are needed throughout the year, the heaviest training period (ordering period) is anticipated to be from March to May. Ordering period: Orders may be issued from date of award (for performance on or after March 11, 2017) through February 28, 2018. Orders may be issued on or before February 28, 2018 which require performance after February 28, 2018 provided the service is required on or before March 31, 2018. Vendors interested in responding to this solicitation are invited to attend an information session on February 1, 2017 at 2:30 p.m. ET. The session will be held at the Regional Training Institute (RTI), 2101 East Parade Street, Fort Pickett, Blackstone, VA 23824. Attendance is not mandatory, but interested vendors are strongly encouraged to attend. Questions shall be submitted in writing (email preferred) at least three days prior to the date for receipt of quotes. Vendors are encouraged to submit questions by January 30, 2017, prior to the information session. Quote packages are due not later than the time and date specified on the Federal Business Opportunities (FBO) website, www.fbo.gov. Submission Requirements: Prospective vendors must submit the following information with their quote package. Failure to submit one or more of the required documents may render the submission unresponsive. 1 - Technical (see FAR Provision 52.212-2) a. Past Performance b. Names and certificates for at least two personnel who will be assigned to work on-site c. 14 day menu 2 - Price 3 - Completed copies of representations and certifications (See attachment) The following provisions are incorporated in this solicitation by reference: FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors - Commercial (Amended to delete paragraphs (d) Product Samples, (e) Multiple Offers, and (h) Multiple Awards; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7995 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons; DFARS 252.225-7031, Secondary Arab Boycott of Israel The following clauses are incorporated in this solicitation by reference: FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-10, Waste Reduction Program; FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.223-19, Compliance with Environmental Management Systems; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.245-1 Alt I, Government Property Alternate I; FAR 52.245-9, Use and Charges; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; DFARS 252.223-7006, Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property; DFARS 252.245-7002, Reporting Loss of Government Property; DFARS 252.245-7003, Contractor Property Management System Administration; DFARS 252.245-7004, Reporting, Reutilization and Disposal; DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated in this solicitation by full text. The full text is found in the attachment to this announcement. FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I (must be returned with quote); FAR 52.237-1, Site Visit; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.203-7994 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation; DFARS 252.247-7022, Representation of Extent of Transportation by Sea (must be returned with quote) The following clauses are incorporated by full text. The full text is found in the attachment to this announcement. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.216-19, Order Limitations; FAR 52.216-21, Requirements; FAR 52.217-8, Option to Extend Services; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.216-7006, Ordering; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-17-T-0003/listing.html)
 
Place of Performance
Address: Fort Pickett, Blackstone, Virginia, 23824, United States
Zip Code: 23824
 
Record
SN04373914-W 20170120/170118234249-98369dc9307f7a957152a2253dd4d3ad (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.