Federal Bid

Last Updated on 03 May 2017 at 8 AM
Combined Synopsis/Solicitation
Camp Arkansas

Prepared Meals 927th CSSB, Camp Dodge IA

Solicitation ID W911YN-17-T-0029
Posted Date 06 Apr 2017 at 4 PM
Archive Date 03 May 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m2 Uspfo Activity Fl Arng
Agency Department Of Defense
Location Camp Arkansas United states

(i)  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being advertised utilizing Simplified Acquisition Procedures in accordance with FAR Subpart 13.105(b) This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

 

(ii) Solicitation W911YN-17-T-0029 is issued as a Request for Quotation (RFQ).

 

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 15 Aug 2016. The DFARS provisions and clauses are those in effect to DPN 201600830, effective 30 Aug 2016.

 

(iv)  This requirement is solicited as full and open completion without restriction. The North American Industrial Classification System (NAICS) code associated with this procurement is 722320.

 

(v)  The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.

 

(vi)  The government intends to award a firm-fixed price contract for the following:

 

Pricing Schedule: Please use the following bid schedule for your quote

 

CLIN

DESCRIPTION

PRICING

001

Breakfast 22 April-5 May 2017

 

002

Lunch 22 April – 5 May 2017

 

003

Dinner 22 April – 5 May 2017

 

 

TOTAL:

 

 

Breakfast Meals: 1,213

Lunch Meals:      1,213

Dinner Meals:     1,196

 

 

(vii)  Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered in accordance with (IAW) the Statement of Work (SOW) to:

 

The Florida Army National Guard (FLARNG) is requesting prepared meals (prepared off site and delivered) for training at Camp Dodge Iowa.  The PREPARED MEALS must be delivered in 42 shipments to STC Camp Dodge, 7105 NW 70th Ave, Building 1334, Johnston, IA 50131. 

                                                   

Period of Performance (PoP): The Period of Performance shall be as follows, 22 April 2017 – 5 May 2017

 

22 April 2017 Breakfast

STC Camp Dodge

Building 1334

22 April 2017 Lunch

STC Camp Dodge

Building 1334

22 April 2017 Dinner

STC Camp Dodge

Building 1334

23 April 2017 Breakfast

STC Camp Dodge

Building 1334

23 April 2017 Lunch

STC Camp Dodge

Building 1334

23 April 2017 Dinner

STC Camp Dodge

Building 1334

24 April 2017 Breakfast

STC Camp Dodge

Building 1334

24 April 2017 Lunch

STC Camp Dodge

Building 1334

24 Lunch 2017 Dinner

STC Camp Dodge

Building 1334

25 April 2017 Breakfast

STC Camp Dodge

Building 1334

25 April 2017 Lunch

STC Camp Dodge

Building 1334

25 April 2017 Dinner

STC Camp Dodge

Building 1334

26 April 2017 Breakfast

STC Camp Dodge

Building 1334

26 April 2017 Lunch

STC Camp Dodge

Building 1334

26 April 2017 Dinner

STC Camp Dodge

Building 1334

27 April 2017 Breakfast

STC Camp Dodge

Building 1334

27 April 2017 Lunch

STC Camp Dodge

Building 1334

27 April 2017 Dinner

STC Camp Dodge

Building 1334

28 April 2017 Breakfast

STC Camp Dodge

Building 1334

28 April 2017 Lunch

STC Camp Dodge

Building 1334

28 April 2017 Dinner

STC Camp Dodge

Building 1334

29 April 2017 Breakfast

STC Camp Dodge

Building 1334

29 April 2017 Lunch

STC Camp Dodge

Building 1334

29 April 2017 Dinner

STC Camp Dodge

Building 1334

30 April 2017 Breakfast

STC Camp Dodge

Building 1334

30 April 2017 Lunch

STC Camp Dodge

Building 1334

30 April 2017 Dinner

STC Camp Dodge

Building 1334

1 May 2017 Breakfast

STC Camp Dodge

Building 1334

1 May 2017 Lunch

STC Camp Dodge

Building 1334

1 May 2017 Dinner

STC Camp Dodge

Building 1334

2 May 2017 Breakfast

STC Camp Dodge

Building 1334

2 May 2017 Lunch

STC Camp Dodge

Building 1334

2 May 2017 Dinner

STC Camp Dodge

Building 1334

3 May 2017 Breakfast

STC Camp Dodge

Building 1334

3 May 2017 Lunch

STC Camp Dodge

Building 1334

3 May 2017 Dinner

STC Camp Dodge

Building 1334

4 May 2017 Breakfast

STC Camp Dodge

Building 1334

4 May 2017 Lunch

STC Camp Dodge

Building 1334

4 May 2017 Breakfast

STC Camp Dodge

Building 1334

5 May 2017 Breakfast

STC Camp Dodge

Building 1334

5 May 2017 Lunch

STC Camp Dodge

Building 1334

 

 

(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:

 

1.  To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation.

 

2.  Specific Instructions:  The response shall consist of two (2) separate parts:

a.  Part 1- Technical Acceptability - Submit a sample menu conforming to the requirements of the statement of work (attached)

b.  Part 2- Price – fill in prices in the line item schedule through FBO

 

3.  Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as acceptability of the sample menu when compared to the statement of work requirements. Price and technical acceptability will be considered.

 

(ix)  FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:

 

(a)  The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most beneficial to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:

 

(i)  Technical acceptability

(ii) Price

 

(b)  Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor’s initial quote should contain the vendor’s best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor’s initial quote should contain the vendor’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

 

(c)  This will be a lowest price technically acceptable purchase. Technical acceptability at a minimum, is defined as meeting following criteria:

Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment).  Knowledge; Skill Set and Abilities for the requirement indicated within this document.

 

(d)  The Government will issue a purchase order (offer) to the contractor determined to be the lowest priced, technically acceptable. (End of Provision)

 

(x)  Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Apr 2016), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.

 

(xi)  The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

 

(xii)        The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items (DEVIATION 2013-O0019) (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following provisions and clauses apply to this acquisition:

 

FAR 52.204-10

REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS

Oct-15

FAR 52.204-16

COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

Jul-15

FAR 52.204-18

COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

Jul-16

FAR 52.204-21

BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS

Jun-16

FAR 52.209-10

PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS

Nov-15

FAR 52.212-5

CONTRACTOR TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS

Jan-17

FAR 52.219-6

NOTICE OF TOTAL SMALL BUSINESS SET ASIDE

Nov-11

FAR 52.219-28

POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION

Jul-13

        FAR 52.222-3

CONVICT LABOR

Jun-03

FAR 52.222-19

CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES

Feb-16

FAR 52.222-21

PROHIBITION OF SEGREGATED FACILITIES

Apr-15

FAR 52.222-26

EQUAL OPPORTUNITY

Apr-15

FAR 52.222-36

EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES

Jul-14

FAR 52.222-41

SERVICE CONTRAT LABOR STANDARDS

May-14

FAR 52.222-42

STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES

May-14

FAR 52.222-50

COMBATING TRAFFICKING IN PERSONS

Mar-15

FAR 52.222-55

MINIMUMWAGES UNDER EXECUTIVE ORDER 13658

Dec-15

FAR 52.223-2

AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS

 

Sep-13

FAR 52.223-5

POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION

May-11

FAR 52.223-18

ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

Aug-11

FAR 52.225-13

RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

Jun-08

 

FAR 52.225-25

PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN— REPRESENTATION AND CERTIFICATIONS

 

Oct-15

FAR 52.232-33

PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT

Jul-13

FAR 52.232-39

UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS

Jun-13

FAR 52.232-40

PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

Dec-13

FAR 52.233-3

PROTEST AFTER AWARD

Aug-96

FAR 52.233-4

APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM

Oct-04

FAR 52.237-2

PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION

Apr-84

DFARS 252.203-7000

REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS

Sep-11

 

DFARS 252.203-7002

REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS

 

Sep-13

 

DFARS 252.203-7005

REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS

 

Oct-16

 

DFARS 252.204-7009

LIMITATIONS ON THE USE OR DISCLOSURE OR THRID-PARTY CONTRACTOR INFORMATION

Oct-16

 

DFARS 252.204-7008

COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS

 

  Oct-16

DFARS 252.204-7015

NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT

May-16

DFARS 252.211-7003

DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS

 

May-16

DFARS 252.223-7008

PROHIBITION OF HEXAVALENT CHROMIUM

Mar-16

DFARS 252.225-7001

BUY AMERICAN STATUTE BALANCE OF PAYMENTS PROGRAM

Nov-14

DFARS 252.225-7002

QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS

Nov-14

DFARS 252.225-7048

EXPORT-CONTROLLED ITEMS

Dec-12

 

DFARS 252.232-7003

ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS

Jun-12

DFARS 252.232-7006

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS

May-13

DFARS 252.232-7010

LEVIES ON CONTRACT PAYMENTS

Dec-06

DFARS 252.237-7010

PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR

Jun-13

DFARS 252.244-7000

SUBCONTRACTS FOR COMMERCIAL ITEMS

Jun-13

DFARS 252.247-7023

TRANSPORTATION OF SUPPLIES BY SEA

Apr-14

 

(xiii) No additional contract requirements apply to this acquisition.

 

(xiv)  No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition.

(xv)  NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to the following personnel: USPFO for Florida Purchasing & Contracting Division

Attn: Verdis Hall, [email protected]

 

 

Please forward all questions to Verdis Hall at [email protected] no later than 10AM EDT on 09 April 2017. All questions and Government’s answers will be posted with the combined synopsis/solicitation.

 

Quotes are due no later than 10AM EDT on 11 April 2017 submitted through Fed Biz Ops www.fbo.gov . Quotes shall include the following:

a.  Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.

b.  Part 2- Validation of Business location (1) submit one copy of business location afidavit.

c.  Part 3- Price – Submit one (1) copy of price schedule as well as any additional pertinent information

 

BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote.

 

(xvi)  Quotations shall be submitted electronically utilizing Fed Biz Opps.  Emailed, faxed, or hard copy quotations will not be considered.

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Virginia beach Virginia 14 Jul 2021 at 6 PM
Brookings South dakota 27 Sep 2023 at 7 PM
Brookings South dakota 08 Sep 2023 at 9 PM
Brookings South dakota 27 Sep 2023 at 5 PM
Fort carson Colorado 30 Jan 2018 at 3 PM

Similar Opportunities

Massachusetts 28 Jul 2025 at 8 PM
Tulsa Oklahoma 14 Jul 2025 at 2 PM