Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

S -- Full Food Services - Wage Determination - RFQ

Notice Date
6/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 146 MSG/MSC, CA ANG, 119 MULCAHEY DRIVE, PORT HUENEME, California, 93041-4011, United States
 
ZIP Code
93041-4011
 
Solicitation Number
W912LA-17-T-9001
 
Archive Date
8/11/2017
 
Point of Contact
Steve Sisneros, Phone: 8059867971, Jennifer L. Jackson-Garcia, Phone: 8059867970
 
E-Mail Address
steven.a.sisneros2.mil@mail.mil, jennifer.l.jacksongarcia.mil@mail.mil
(steven.a.sisneros2.mil@mail.mil, jennifer.l.jacksongarcia.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - PWS Attachment 2 - Clauses and Provisions Attachment 1 - CLIN Price Sheet RFQ SCA Wage Determination 27 June 2017 COMBINED SYNOPSIS/SOLICITATION 1. Solicitation. 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; quotes are being requested and a written solicitation will not be issued. 146 MSG/MSC intends to utilize this Request for Quote (RFQ), under solicitation number W912LA-17-T-9001, to award a Firm Fixed Price (FFP) type contract for the services to support the Channel Islands Air National Guard Station (CIANGS) food service operation. The Government intends to award one contract to the responsible offeror whose offer represents the Best Value to the Government. This document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-95, Defense Acquisition Circular DPN 20161222, and Army Federal Acquisition Regulation Supplement Revision #26. This requirement is being solicited 100% small business set-aside. The NAICS code for this acquisition is 722310 and the Small Business size standard is $38,500,000.00. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. See the attached CLIN Structure Price Sheet (Attachment 1) in accordance with FAR 12.603(c)(v) The Period of Performance for this requirement is 1 Sept 2017 - 30 Aug 2022. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2016) Alternate 1 (Oct 2014), or ensure the Representations and Certifications are updated at www.sam.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this solicitation and are listed in Attachment 2. Attachment 2 identifies the applicable clauses and provisions to this RFQ. All clauses and provisions may be found in full text at the following site: http://farsite.hill.af.mil. 2. Description of Requirement - The purpose of this requirement is to provide all labor, personnel, supervision, and supplies and services necessary to perform full food services at Channel Islands Air National Guard Station (see Attachment 3, PWS). 3. Basis for Award - The Government intends to award without discussions one firm fixed price (FFP) contract for the acquisition of full food services using multiple CLINs (Attachment 1). All interested parties must quote on CLINs 0001, 1001, 2001, 3001, and 4001 to be considered a complete quote. Award will be made to the lowest price responsible offeror that is determined to be technically acceptable. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. 4. Best Value Evaluation. For this procurement, the Best Value determination will be made as Lowest Price Technically Acceptable (LPTA). The following factors will be used to evaluate offers: A) Price, B) Technical, and C) Past Performance Factors. The following process will be followed: A. Total evaluated price (TEP) will be determined by multiplying the quantities identified in the price sheet by the proposed unit price for each Contract Line Item Number (CLIN). The TEP is a two-part computation. First, the offeror's total proposed price will be determined by multiplying the quantities identified in the Price Proposal Worksheet by the unit price, limited to two decimal places, for each CLIN to confirm the extended total amount for each CLIN; the sum of all extended amounts will be the offeror's total proposed price. Second, the total proposed price (total amount for CLINs 0001, 1001, 2001, 3001, and 4001) plus the sum of Option to Extend Services clause 52.217-8, formula (shown below) will constitute the TEP. The formula for the Option to Extend Services amount is as follows: Base Year = CLIN Unit Amount x 6* Option Year 1 = CLIN Unit Amount x 6* Option Year 2 = CLIN Unit Amount x 6* Option Year 3 = CLIN Unit Amount x 6* Option Year 4 = CLIN Unit Amount x 6* Evaluation of option prices will not obligate the Government to exercise options. B. Technical and past performance factors will be evaluated by the ratings listed below. The failure of an offeror to meet the requirements of a factor or subfactor will result in an unacceptable rating. The technical, past performance, and subcontracting plan factors will receive one of the ratings listed below: (1) Acceptable: Quote clearly meets the requirements of the solicitation. (2) Unacceptable: The quote does not clearly meet the requirements of the solicitation. C. Technical and Past Performance Factors: The Government will evaluate the offers for being technically acceptable and for being rated acceptable or unacceptable for past performance, assigning the ratings as described in the paragraph above. The failure of an offer to meet any or all of the technical criteria will result in a technically unacceptable rating and preclude award. A rating of unacceptable for one or more technical subfactors will constitute an overall rating of unacceptable for the technical evaluation. Factor 1 - Technical: This factor is comprised of the three subfactors identified below: Subfactor 1.1-Technical - Staffing Plan: Acceptability will be based on the offerors demonstration of accomplishing the tasks identified in the PWS. The Offeror shall provide a staffing matrix that includes the number of personnel, quantity of labor hours per person (daily, weekly, annually) grouped by skill/trade/discipline for all efforts. The quote must clearly identify the number of hours proposed for each employee and labor category and provide an organizational chart delineating span of control. Subfactor 1.2 - Quality Control: The government will evaluate the quality control plan proposed by the offeror to determine if it is sufficient to ensure compliance with all requirements of the Performance Work Statement. In making this assessment, the government will evaluate the proposed inspection system, inspection process, and quality control management structure to determine if it will ensure compliance with all requirements of the Performance Work Statement. The standard has been met when: The offeror adequately demonstrates a sound, comprehensive, realistic, effective, and efficient quality control approach to correct deficiencies and degradation of services to achieve consistent, efficient, and acceptable performance service levels in accordance with the requirements of the PWS. The strategies outlined in the plan are realistic to minimize the effects of deficiencies/complaints and designed to efficiently and effectively correct and prevent reoccurrence. Subfactor 1.3 - Technical - Schedule: The Period of Performance for this task order is as follows: BASE PERIOD (12 Months): CLIN 0001 Full Food Services 1 Sept 2017 - 30 Aug 2018 OPTION PERIOD 01(12 Months): CLIN 1001 Full Food Services 1 Sept 2018 - 30 Aug 2019 OPTION PERIOD 02 (12 Months): CLIN 2001 Full Food Services 1 Sept 2019 - 30 Aug 2020 OPTION PERIOD 03 (12 Months): CLIN 3001 Full Food Services 1 Sept 2020 - 30 Aug 2021 OPTION PERIOD 04 (12 Months): CLIN 4001 Full Food Services 1 Sept 2021 - 30 Aug 2022 The offeror's schedule shall illustrate when offerors intend to manage, staff, equip, and complete all required tasks to be able to perform in accordance with the PWS on the first day of the performance period. Factor 2 - Past Performance: The Government will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. Relevancy is based on work that has dealt directly with maintenance of large robotics/equipment. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. 5. Service Contract Labor Standards (SCLS) - The SCLS applies to this contract. Escalation of SCLS components is in violation of FAR 52.222-43(b) "the Contractor warrants that the prices in this contract do not include any allowance for any contingency to cover increased costs for which adjustment is provided under this clause". The wage determination will be provided at the time of award based on the successful offerors place of performance. 6. Additional Instructions to Offerors. Vendors shall respond to this RFQ via email by 27 July 2017 at 1400 hours (2:00 pm) Pacific Standard Time (PST). All quotes should be sent to the Contracting Officer, Steve Sisneros, at steven.a.sisneros2.mil@mail.mil (phone number: (805) 986-7971) and Jennifer Jackson Garcia at jennifer.l.jacksongarcia.mil@mail.mil before the due date and time specified. Any quote, modification, or revision of a quote received after the exact time specified for receipt of quotes is "late" and shall not be considered. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. 7. Questions. All questions regarding the RFQ package must be submitted to the above e-mail addresses by 11 July 2017 at 1400 (2:00 pm) Pacific Standard Time (PST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 8. Organizational Conflicts of Interest : All offerors shall i dentify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 9. Notice to Offerors: The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 60 days after the closing date of the RFQ. Attachments: 1. CLIN Price Sheet 2. Clauses and Provisions 3. Performance Work Statement (PWS), dated 10 May 17
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-4/W912LA-17-T-9001/listing.html)
 
Place of Performance
Address: 107 Mulcahey Dr, Port Hueneme, California, 93041, United States
Zip Code: 93041
 
Record
SN04558725-W 20170629/170627234853-5908999c0eeca504c6378ad461f311f5 (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.