Federal Bid

Last Updated on 25 Mar 2020 at 3 AM
Combined Synopsis/Solicitation
Johnston Iowa

IAANG Meal Requirement, 19-22 March 2020, Johnston, IA

Solicitation ID W912LP-20-Q-4007
Posted Date 04 Mar 2020 at 7 PM
Archive Date 24 Mar 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m8 Uspfo Activity Ia Arng
Agency Department Of Defense
Location Johnston Iowa United states 50131

Iowa Army National Guard

G Co 334 BSB Meals

Camp Dodge

Joint Maneuver Training Center, Johnston, IA

19-22 March 2020

This is a combined synopsis/solicitation for commercial services 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.  This solicitation, W912LP-20-Q-4007, 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) 2020-04, effective 15 Jan 2020. This procurement is 100% small business set aside. The NAICS code is 311991 and the small business size standard is 750 employees. Basis for award is Price. The following commercial services are requested in this solicitation:

Contractor shall provide breakfast and dinner meals in accordance with Attachment #1 Meal Requirements Statement and Attachment #2 Menus and Headcounts. Period of Performance: 19-22 March 2020. Contract line item numbers (CLINs) and quantities are as follows:

CLIN 0001: Breakfast Meals, Quantity/Unit of Issue: 1596 EA

CLIN 0002: Dinner Meals, Quantity/Unit of Issue: 1596 EA

Proposed prices for CLINS 0001 and 0002 shall be firm-fixed price (FFP) and inclusive of all ingredients and supplies required to provide the meal requirements as described within the Meals Requirements Statement. The Government prefers all meals of the same type (breakfast, lunch or dinner) to be priced the same, regardless of menu.

The following provisions are incorporated into this solicitation by reference:

FAR 52.212-1 (DEV), Instructions to Offerors – Commercial Items

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

The following clauses are incorporated into this solicitation by reference:

FAR 52.212-4, Contract Terms and Conditions – Commercial Items

FAR 52.219-6 (DEV), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.211-7008, Use of Government-Assigned Serial Numbers

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

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 252.244-7000, 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 #3. Contractor shall complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I

DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials

The following clauses are incorporated by full text. The full text is found in Attachment #3.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items

DFARS 252.211-7003, Item Identification and Valuation

DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

Submission Requirements: The contractor shall provide a proposal on company letterhead, and a completed Attachment #4, Contractor Information and Pricing Schedule.

Proposals are due by 11:00 a.m. local (central) time on 9 March 2020. Electronic proposals are preferred, and may be submitted via email to Mrs. Megan Kaszinski, [email protected]. Facsimile proposals will be accepted. Proposals can be faxed to 515-252-4617 Attn: Megan Kaszinski. Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time.

Attachments:

#1 – Meal Requirements

#2 – Menus and Headcounts

#3 – Full Text Provisions and Clauses

#4 – Contractor Information and Pricing Schedule

Bid Protests Not Available