Federal Bid

Last Updated on 12 Jul 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

185th Dining Hall Attendant

Solicitation ID W912LP-18-Q-7204
Posted Date 20 Jun 2018 at 3 PM
Archive Date 12 Jul 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m8 Uspfo Activity Iaang 185
Agency Department Of Defense
Location United states
This solicitation, W912LP-18-Q-7204, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018. This procurement is set aside 100% for small business. The NAICS code is 561720 and the small business size standard is $18 Million. Basis for award is low price that meets the minimum requirements. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation:

-0001: DINING HALL ATTENDANT SERVICES in accordance with attached Performance Work Statement (PWS). Quantity: 22 DAYS. Performance Period: 1 Aug 2018 - 30 June 2019

-0002: Contractor Manpower Reporting (CMR) Requirements (see instructions below) Quantity: 1 JOB

CMR INSTRUCTIONS:
"The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.

Contractors may direct questions to the help desk at http://www.ecmra.mil/." The following is applicable to this acquisition:
The Department of Defense Activity Address Code (DODAAC) is W912
The Unit Identification Code (UIC) for the requiring activity is F8Z3SV

This service and location are not subject to the AbilityOne program and the Procurement List.

Submission Requirements:
• Vendors must submit company information with their quote to include: Point of Contact (POC), POC phone number, POC email address, company CAGE Code, company DUNS number, and company tax identification number.
• Vendors must submit the Representations and Certifications from Attachment #1, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile.
• Vendors must complete the representations contained in FAR 52.209-1, Attachment #2 (Tax Liability), and return as an attachment to your quotation, only if they differ from, or have not been completed within, their System for Award Management (SAM) profile.
• Vendors must have active registration in System for Award Management (SAM) to be eligible for contract award.

The following provisions are incorporated into this solicitation by reference:
FAR 52.212-1, Instructions to Offerors - Commercial
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
DFARS 252.204-7011, Alternative Line Item Structure

The following clauses are incorporated into this solicitation by reference:
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
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 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea

The following provisions are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses.
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I

The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

The following clauses are incorporated by full text. The full text is found in Attachment #2 (Tax Liability). FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.

Proposals are due at 2:00 PM Central on Wednesday, 27 June 2018, at 185ARW/MSC, ATTN: MSgt Allison Harbit, 2920 Headquarters Avenue, Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mail to [email protected], or FAX to (712) 233-0576. Questions regarding this solicitation may be directed to MSgt Allison Harbit, (712) 233-0512, [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 03 Oct 2017 at 5 PM
Location Unknown 07 May 2019 at 3 PM
Sioux city Iowa 16 Mar 2020 at 4 PM
Location Unknown 24 Jun 2019 at 1 PM
Location Unknown 11 Dec 2015 at 9 PM

Similar Opportunities

Montpelier Vermont 22 Jul 2025 at 8 PM
Location Unknown 30 Jul 2025 at 8 PM
Kane Illinois 18 Jul 2025 at 11 AM (estimated)
California 23 Jul 2025 at 9 PM
Washington 17 Jul 2025 at 4 AM