The solicitation is No. 10935602 and is issued as a Request for Quote (RFQ). The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 722320 - Caterer. Small business size standard is $7,500,000.00. This acquisition is 100% Set-Aside for Small Business. Third party quotes will not be accepted.
Description of Requirement:
SEE ATTACHED PERFORMANCE WORK STATEMENT
Date of Performance: 3 December 2016
Requirements for Your Quote:
Please submit a quote on your company letterhead showing a price per contract line item (CLIN 0001) with total price. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation.
CLIN 0001: Dinner Meal
Provide 300 meals per the Performance Work Statement
Provision for Evaluation: Award will be made to the lowest priced offeror that meets the minimum standards for the items specified, and is determined responsible in accordance with FAR Part 9.
The Government intends to evaluate quotes/offers and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote/offer should contain the offeror's best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your quote/offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price award.
Any response to this synopsis/solicitation will be considered a "quotation".
"Offer" means a response to a solicitation that, if accepted, would bind the offeror to perform the resultant contract. Responses to invitations for bids (sealed bidding) are offers called "bids" or "sealed bids"; responses to requests for proposals (negotiation) are offers called "proposals"; however, responses to requests for quotations (simplified acquisition) are "quotations," not offers.
Quotes are due November 7, 2016, 2:00 PM Pacific. Oral quotations will not be accepted. Faxed offers must be readable to be considered. Fax offers to (503) 584-3771 attn: Andrea Smothers. Mail quotations to USPFO for Oregon, Attn: Andrea Smothers, PO Box 14350, Salem, OR 97309. Physical address/delivery address, 1776 Militia Way SE, Salem OR 97309. Email offers to [email protected].
FAR 13.004 -- Legal Effect of Quotations
(a) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.
(b) When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing, as defined at 2.101. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred.
(c) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (See 13.302-4 for procedures on termination or cancellation of purchase orders.)
Exchanges of Information
FAR 15.201(f) General information about agency mission needs and future requirements may be disclosed at any time. After release of the solicitation, the contracting officer MUST be the focal point of any exchange with potential offerors. When specific information about a proposed acquisition that would be necessary for the preparation of proposals is disclosed to one or more potential offerors, that information must be made available to the public as soon as practicable, but no later than the next general release of information, in order to avoid creating an unfair competitive advantage.
Terms and Conditions:
Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil
The following provisions and clauses apply to this acquisition:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership of Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors - Commercial Items
52.212-3 ALT I Offeror Representations and Certifications - Commercial Items
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items
52.222-22 Previous Contracts and Compliance Reports
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 Changes--Fixed Price
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.203-7996 (DEV) Prohibition on Contracting with Entities the Require Certain Internal Confidentiality Agreements - Representation
252.203-7997 (DEV) Prohibition on Contracting with Entities the Require Certain Internal Confidentiality Agreements
252.204-7004 ALT A System for Award Management
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.209-7991 (DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony conviction under any Federal Law
252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American and Balance of Payments Program Certificate
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7031 Secondary Arab Boycott of Israel
252.232-7003 Electronic Submission of Payment Requests
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items