This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 dated 13 August 2020 This solicitation number W91ZRS-20-R-0034 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Rations at Fort Devens. This request is due by 24 August 2020 at 2:00 p.m. (Eastern Time). This solicitation is 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 311999 –All Other Miscellaneous Food Manufacturing. The small business size standard is 500 in number of employees.
Instructions to Offerors
Basis for Award
Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government has the right to use Government contracts that the vender has previously won as their past performance rating.
Price Evaluation
The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive.
The determination that a quote is reasonable will be based on competitive quotation/offers and historical history.
The most important is price.
Sam’s Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov.
Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/.
Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer.
Performance Work Statement
Please provide a quote for all costs and all items
This is for all or nothing. No partial quote will be accepted
Delivery of food is at Fort Devens
SEE SOW – Condiments and SOW – Meal Breakdown
The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation—Commercial Items; DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7011, Alternative Line Item Structure; DFAR 252.225-7031;
The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions—Commercial Items; 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.201-7000, Contracting Officer’s Representative; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A; DFAR 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFAR 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFAR 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFAR 252.211-7003, Item Unique Identification and Valuation; DFAR 252.223-7008, Prohibition of Hexavalent Chromium; DFAR 252.225-7001, Buy American and Balance of Payments Program; DFAR 252.225-7048, Export-Controlled Items; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; ;DFAR 252.232-7006, Wide Area Workflow Payment Instructions; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.244-7000, Subcontracts for Commercial Items; DFAR 252.247-7023 ALT III , Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.
(End of clause)