Federal Bid

Last Updated on 15 Apr 2011 at 8 AM
Combined Synopsis/Solicitation
Otis Massachusetts

S--Catered Meals for the 102d Intelligence Wing at Otis ANG Base, MA

Solicitation ID W912SV11T0005
Posted Date 12 Jan 2011 at 6 PM
Archive Date 15 Apr 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7ne Uspfo Activity Maang 102
Agency Department Of Defense
Location Otis Massachusetts United states 02542
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.

DESCRIPTION: This is a combined synopsis/solicitation for commercial items in accordance with the format and subpart FAR Part 12.6, as supplemented with additional information included in this notice. This announcement (W912SV-11-T-0005) is issued as a request for quote (RFQ) incorporateding provisions and clauses in effect the Federal Acquisition Circular 2005-46. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is issued as 100% small business set aside; the associated North American Industry Classification System (NAICS) code is 722320 and small business size standard is $7.0 Million. Service Contract Act of 1965 Wage Determination 95-0051 (Rev.-24) posted on www.wdol.gov on 06/22/2010 in applicable to the performance of this requirement.

SPECIFICATIONS: The 102 Intelligence Wing has a requirement to purchase the services from a contractor who provides all plant, labor, equipment and materials necessary to deliver and serve Catered Meals in accordance with the attached Performance Work Statement (PWS).

Location of Service: 102IW/FSF-FSV Bldg 159, Arnold Hall Dining Facility, Otis ANG Base, MA

Performance Periods: 4-6 March 2011; 4 & 5 June 2011; and 20 & 21 August 2011. Serving Hours for each performance period is from 1045AM-1230PM.

CLIN 0001: Catered Meals, Friday 4 March 2011 in accordance with PWS and corresponding Appendix A Installation Menus. Quantity: 400 meals NTE.

$___________ Unit price per meal $____________ Extended Price

CLIN 0002: Catered Meals, Saturday 5 March 2011 in accordance with PWS and corresponding Appendix A Installation Menus. Quantity: 400 meals NTE.

$___________ Unit price per meal $____________ Extended Price

CLIN 0003: Catered Meals, Sunday 6 March 2011 in accordance with PWS and corresponding Appendix A Installation Menus. Quantity: 400 meals NTE.

$___________ Unit price per meal $____________ Extended Price

CLIN 0004: Catered Meals, Saturday 4 June 2011 in accordance with PWS and corresponding Appendix A Installation Menus. Quantity: 400 meals NTE.

$___________ Unit price per meal $____________ Extended Price

CLIN 0005: Catered Meals, Sunday 5 June 2011 in accordance with PWS and corresponding Appendix A Installation Menus. Quantity: 400 meals NTE.

$___________ Unit price per meal $____________ Extended Price

CLIN 0006: Catered Meals, Saturday 20 August 2011 in accordance with PWS and corresponding Appendix A Installation Menus. Quantity: 400 meals NTE.

$___________ Unit price per meal $____________ Extended Price

CLIN 0007: Catered Meals, Sunday 21 August 2011 in accordance with PWS and corresponding Appendix A Installation Menus. Quantity: 400 meals NTE.

$___________ Unit price per meal $____________ Extended Price


$___________ TOTAL AMOUNT OF QUOTE


EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) Past performance, offeror's capability to provide a quality product and service similar to the government's requirement; caliber and currency of offeror's performance; key personnel; and (2) Total cost or price. Evaluation factors will be weighed approximately equal to cost and price.

Instructions to Offeror's:

1) Offeror's must submit 3 references on contracts performed for services similar to government's requirement. Include all contact information and contract number identification as applicable.

2) Offeror's are authorized to provide information on problems encountered on the referenced (identified) contracts, include the corrective actions taken by the offeror as remedy.

ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the Central Contractor Registration (CCR) database prior to award. Offerors may obtain information on registration at www.ccr.gov. In accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the Online Representation and Certification Application (ORCA) website at https://orca.bpn.gov.

APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. It is the contractor's responsibility to become familiar with the applicable provisions and clauses.

1) FAR 52.204-7 Central Contractor Registration
2) FAR 52.204-9 Personal Identity Verification of Contractor Personnel
3) FAR 52.212-1 - Instructions to Offerors--Commercial Items
4) FAR 52.212-2 - Evaluation--Commercial Items
5) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I
6) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items
7) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to
this solicitation and any resultant contract:
a) FAR 52.219-6 - Notice of Total Small Business Set-Aside
b) FAR 52.222-3 - Convict Labor
c) FAR 52.222-21 - Prohibition of Segregated Facilities
d) FAR 52.222-26 - Equal Opportunity
e) FAR 52.222-36 - Affirmative Action for Workers with Disabilities
f) FAR 52.222-41 - Service Contract Act of 1965
g) FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires
h) FAR 52.222-50 - Combating Trafficking in Persons
i) FAR 52.225-13 - Restrictions on Certain Foreign Purchases
j) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration
8) FAR 52.214-31 - Facsimile Bids
9) FAR 52.214-34 - Submission Of Offers In The English Language
10) FAR 52.214-35 - Submission Of Offers In U.S. Currency
11) FAR 52.219-1 - Small Business Program Representations
12) FAR 52.222-22 - Previous Contracts And Compliance Reports
13) FAR 52.223-5 - Pollution Prevention and Right-to-Know Information
14) FAR 52.223-10 - Waste Reduction Program
15) FAR 52.232-8 - Discounts for Prompt Payment
16) FAR 52.233-1 - Disputes
17) FAR 52.233-3 - Protest After Award
18) FAR 52.233-4 - Applicable Law for Breach of Contract Claim
19) FAR 52.237-2 - Protection Of Government Buildings, Equipment, And Vegetation
20) FAR 52.243-1 - Changes--Fixed Price
21) FAR 52.246-1 - Contractor Inspection Requirements
22) FAR 52.249-1 - Termination For Convenience Of The Government (Fixed Price) (Short Form)
23) FAR 52.252-1 - Solicitation Provisions Incorporated By Reference
24) FAR 52.252-2 - Clauses Incorporated by Reference
25) DFARS 252.201-7000 - Contracting Officer's Representative
26) DFARS 252.203-7000 - Requirements relating to Compensation of Former DoD Officials
27) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights
28) DFARS 252.204-7003 - Control Of Government Personnel Work Product
29) DFARS 252.204-7004 - Central Contractor Registration, Alternate A
30) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract:
a) DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel
b) DFARS 252.247-7023 ALT III - Transportation of Supplies by Sea - Alternate III
31) DFARS 252.223-7006 - Prohibition On Storage And Disposal Of Toxic And Hazardous Materials
32) DFARS 252.225-7031 - Secondary Arab Boycott Of Israel
33) DFARS 252.232-7010 - Levies on Contract Payments
34) DFARS 252.243-7001 - Pricing Of Contract Modification

The request for quote is due NLT 2:00 PM EST on 14 FEB 2010. Quotes may be mailed to: 102IW/MSC, 158 Reilly Street, Box 8, Otis ANG Base, MA 02542-1330, or faxed to 508-968-4979, or e-mailed to [email protected]. All quotes must arrive at the 102 Contracting Office NLT the date and time specified. All questions to shall be submitted in writing to [email protected].

Quotes must meet the following criteria, Failure to provide this information with your offer may cause your offer to be considered non-responsive:

1) Unit costs, Extended Costs, and Total Costs for CLINS 0001 through 0007.

2) Required References MUST accompany quote.

3) Include quotation number, offerors name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN on cover sheet submitted with bid sheet.

4 Attachments:
1) Performance Work Statement
2) Mandatory Food Safety Training - NRA ServSafe Memo
3) Food Service Course Instruction
4) Food Code Critical Item Checklist
Bid Protests Not Available

Similar Past Bids

Otis Massachusetts 27 Sep 2013 at 4 PM
Buzzards bay Massachusetts 13 Jan 2020 at 4 PM
Otis Massachusetts 20 Sep 2019 at 7 PM

Similar Opportunities

Beale air force base California 17 Sep 2025 at 4 AM (estimated)
Saint louis Missouri 30 Sep 2025 at 4 AM (estimated)
Saint louis Missouri 30 Sep 2025 at 4 AM (estimated)
Saint louis Missouri 30 Sep 2025 at 4 AM (estimated)