Catered Meals, Warrenton, OR
This is an administrative modification answering questions. No changes to PWS or Combo/Synopsis. see Attached Questions Notice type: SOLICITATION Posting date: June 24, 2019 Response date: July 15, 20... This is an administrative modification answering questions. No changes to PWS or Combo/Synopsis. see Attached Questions Notice type: SOLICITATION Posting date: June 24, 2019 Response date: July 15, 2019 Classification code: S203 NAICS code: 722310 Solicitation #: 11365745 SET Aside- Total Small Business Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 Location: CAMP RILEA, WARRENTON, OREGON Event Dates: 18 September through 1 October 2019 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. The solicitation is No. 11365745 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 15 July 2019 2:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. North American Industry Classification System (NAICS) code for this acquisition is 722310. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following services: I. Overall Concept and AddressSPECIFICATIONS:The contractor shall provide all equipment, material, labor, supervision; supplies and items necessary in support of the 1-186 Infantry Annual Training to be conducted at the Camp Rilea near Warrenton, Oregon in accordance with the Statement of Work. The Contractor shall maintain a Certificate of Insurance according to the Outside Food Service Vendor certification. Contractor shall coordinate with the Government Contracting Officer Representative (COR) for ALL movement of vehicles and personnel onto Camp Rilea, Warrenton, OR. Although these areas will be clearly marked, it will be imperative for the contractor to validate routes for movement on Camp Rilea. Safety is the first consideration of all training activities CLIN 0001: Catered Breakfast Meals Provide 6,415 catered breakfast meals per the attached Statement of Work and specified menu. See attached Service Contract Labor standards for minimum employee wages. CLIN 0001 TOTAL $ CLIN 0002 Catered Dinner Meals Provide 6,390 catered dinner meals per the attached performance work statement and specified menu. See attached Service Contract Labor standards for minimum employee wages. CLIN 0002 $ CLIN 0003 Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". CLIN 0003 $ PROPOSAL TOTAL $ Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. 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. Clause 52.219-14 -- Limitations on Subcontracting By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their quote any time before the due date to: Deannie L. Darrow Contract Sppecialist, USPFO for Oregon P&C deannie.l.darrow.civ@mail.mil 503-584-3435 1.0 Performance standards: 1.Provide the following for Commercial Breakfast Meals: Breakfast 0600-0800 a.There will be at least one meat item to include (Ham, Bacon, Sausage, or Cream GroundBeef.). The same type meat item will not be served for two consecutive meals. b.There will be at least three side items to include (2 Eggs per person, Hash browns,Pancakes, or French toast.) When Pancakes or French toast is not being served, there will bea minimum of two slices of toast per soldier. c.There will be a variety of three type's Seasonal fresh fruit available during each meal.Canned fruit may not be substituted for fresh fruit. d.At least one type of real fruit juice will be provided to include, (Orange, Pineapple, Apple,or any other type of real juice). e.There will be an assortment of bread provided, at all meals in addition to whatever themain entrée is. f.A variety of individual servings of cold cereal will be provided daily, at a ratio of 100% ofthe total number of Soldiers. g.In addition to cold cereal, Hot Cereal must be provided at least twice weekly. (Individualserving packets are acceptable for Oatmeal or Cream of Wheat). h.Provide the following beverages: coffee, tea, milk, water and hot chocolate. 2.Provide the following Commercial Dinner Meals: Dinner 1700-1900. a.There will be at least one meat item to include (Beef, Pork, Poultry, or Fish). The sametype meat item will not be served for two consecutive meals. There will be two side items toinclude, (1 cooked vegetable and 1 cooked starch). b.When the starch item is combined with the meat item, (Lasagna or Chili Mac) it will beconsidered 2 items. c.A Green Salad Bar will be provided plus three side items (tomatoes, carrots, celery,cucumbers, radish, green onion, shredded cheese, croutons). d.Assorted Bread item choices (bread, cornbread, biscuits, dinner rolls, bread sticks, orgarlic bread). Out on the line in addition to the main entrée. e.One dessert item will be provided to include (cake, cookies, pie, apple crisp, cobbler,brownies, or ice cream). f.Provide the following beverages: coffee, tea, milk, water and a Kool-Aid beverage All milkmust be kept chilled at all times during serving or storage. g.Peanut butter and jam will be out on the line for all meals. h.There will be three types of salad dressing, at the ratio that follows, Ranch 2, 1000 Isle. 1,Italian 1. 3.The following weights and measures are taken directly from the Oregon Army National Guard14 Day Menu. WHEN VENDORS BID FOR CONTRACTS ON GOVERNMENT CATERED MEALS.THESE WEIGHTS AND MEASURES WILL BE STRICTLY ADHERED TO FOR THEDURATION OF THE CONTRACT. MENU SERVING SIZE WILL BE NO LESS THAN THE AMOUNT STATED. ALL MEAT SERVINGS ARE WITHOUT THE GRAVY PORTION. WHEN MEAT IS IN A PASTA OR STEW ITEM THE OUNCES OF THE SERVING WILL BE AS STATED FOR THAT TYPE OF MEAT. THE SAME MEAT ITEM WILL NOT BE SERVED FOR TWO CONSECUTIVE MEALS. HAM --------------------------------------------------------------------- 4 OZ. COOKED MEAT EGGS ---------------------------------------------------- 2 eggs OR EQUIVALENT COOKED HASHBROWNS --------------------------------------------- 2/3 CUP OR 31/2 OZ. COOKED STEW MEAT ----------------------------------------------------------- 6 OZ. MEAT COOKED RICE ------------------------------------------------------------ 3/4 CUP OR 51/2 OZ. COOKED CHICKEN QUARTERS ------------------------------ 1/4 OR 71/2 OZ. MEAT COOKED TURKEY ROAST -----------------------------------------61/2 OZ. MEATS COOKED POTATOES FRESH ---------------------------------- 1/2 CUP OR 31/2 OZ. COOKED GROUND BEEF (spaghetti, and creamed beef) 2/3CUP or 51/2OZ. of COOKED MEAT FROZEN VEGGIES ---------------------------------------------------------- 31/2 OZ. COOKED BEEF SWISS STEAK ---------- (steak w/onions, pepper steak) 61/2OZ. MEAT COOKED SALAD MIX ------------------------------------------------- 3/4 CUP OR 21/2 OZ. ASST. SEASONAL FRESH FRUIT (APPLES, ORANGES, BANANAS) I PEACE EA. CEREAL IND. BOWL PAK 96 COUNT PER 100 ------------------------------------- 1 EA. COFFEE --------------------------------------------------- 6 LBS. PER 100 (PER DAY) BEEF POT ROAST --------------------------------- 2 SLICES OR 6 OZ. MEAT COOKED COCOA IND. ------------------------------------------------------------- 50 IND. PER 100 OATMEAL IND. ----------------------------- --------------------------------50 IND. PER 100 MILK WHITE 2% 14 GALLONS PER 100 (PER DAY) equals-3--½ pints per soldier SALAD DRESSING THREE TYPES ASST. IND ---------- 1 PACKET EACH SOLDIER BACON SLICED ------------------------------------------------------ 3 SLICES EA. COOKED SAUSAGE ----------------------------------------------------- 2 PATTIES OR 4 OZ. COOKED GROUND BEEF--(Swedish Meatballs) 3 Meatballs or 4OZ.COOKED and ¼ Cup Gravy VEAL STEAKS ---------------- (VEAL PARMESAN) - 1 STEAK OR 61/2 OZ. COOKED GROUND BEEF (MEAT LOAF, SALISBURY STEAK) 1 SLICE or 61/2 OZ. COOKED PORK CHOPS -------------------------------------- 1to2 PORK CHOPS OR 6 OZ. COOKED FISH -------------------------------------------------------------------------------- 4 OZ. COOKED Minimum Sanitation Requirements 1.The TB MED 530 is the governing regulation for all sanitation practices for military foodservice operations. A copy of this regulation will be supplied to each vendor after the award ofthe contract. 2.Per the TB MED 530 gloves shall be worn at all times when serving or handling food.Wearing gloves also applies when handling food that will be consumed without cooking, such asconsumable fruit. 3.Hats or hair restraints will be utilized by all personnel working in the food preparation area. 4.All food service personnel will wash their hands regularly while working in the foodpreparation area. 5.All personnel handling, cooking, or serving food, will have a current food handler's permit. Performance dates breakout by meal by day and menu SEE THE ORARNG 14 DAY MENU PLAN The meal/menu schedule will be as follows: •18-SEP-19 - Provide 500 each Breakfast Meals: Per above listed standards. •18-SEP-19 - Provide 425 each Dinner Meals: Per above listed standards. •19-SEP-19 - Provide 425 each Breakfast Meals: Per above listed standards. •19-SEP-19 - Provide 425 each Dinner Meals: Per above listed standards. •20-SEP-19 - Provide 425 each Breakfast Meals: Per above listed standards. •20-SEP-19 - Provide 415 each Dinner Meals: Per above listed standards. •21-SEP-19 - Provide 415 each Breakfast Meals: Per above listed standards. •21-SEP-19 - Provide 415 each Dinner Meals: Per above listed standards. •22-SEP-19 - Provide 415 each Breakfast Meals: Per above listed standards. •22-SEP-19 - Provide 395 each Dinner Meals: Per above listed standards. •23-SEP-19 - Provide 395 each Breakfast Meals: Per above listed standards. •23-SEP-19 - Provide 470 each Dinner Meals: Per above listed standards. •24-SEP-19 - Provide 470 each Breakfast Meals: Per above listed standards. •24-SEP-19 - Provide 470 each Dinner Meals: Per above listed standards. •25-SEP-19 - Provide 470 each Breakfast Meals: Per above listed standards. •25-SEP-19 - Provide 470 each Dinner Meals: Per above listed standards. •26-SEP-19 - Provide 470 each Breakfast Meals: Per above listed standards. •26-SEP-19 - Provide 480 each Dinner Meals: Per above listed standards. •27-SEP-19 - Provide 480 each Breakfast Meals: Per above listed standards. •27-SEP-19 - Provide 500 each Dinner Meals: Per above listed standards. •28-SEP-19 - Provide 500 each Breakfast Meals: Per above listed standards. •28-SEP-19 - Provide 500 each Dinner Meals: Per above listed standards. •29-SEP-19 - Provide 500 each Breakfast Meals: Per above listed standards. •29-SEP-19 - Provide 475 each Dinner Meals: Per above listed standards. •30-SEP-19 - Provide 475 each Breakfast Meals: Per above listed standards. •30-SEP-19 - Provide 475 each Dinner Meals: Per above listed standards. •01-OCT-19 - Provide 475 each Breakfast Meals: Per above listed standards. •01-OCT-19 - Provide 475 each Dinner Meals: Per above listed standards. There will be a kitchen and kitchen equipment available for use. Caterer will need to prepare meals on site and be self-sufficient in serving the meals. Meal times may fluctuate due to training schedule. Meal times: Breakfast 0600-0800; Lunch: N/A; Dinner 1700-1900. The facility is a National Guard Training Site. The Kitchen facility is within one of the Barracks Buildings. The Kitchen will be signed for by 1-186 IN personnel. Caterer will be responsible for cleanliness and organization of kitchen equipment and facilities. 1-186 IN will sign for Kitchen to include all kitchen equipment, Serving space and dining areas.Caterer will be responsible to sanitary conditions as well as cleaning and organization of allkitchen areas and equipment. Caterer will need to provide all paper products (cups, plates, napkins, etc.) and flatware. Cleanliness standards must be in accordance will all state and federal laws. A representative from the 1-186 IN will approve and clear the caterer prior to departure after each meal 2.0 Security Requirements All service providers shall be able to provide a valid driver's license, valid vehicle registration, and valid vehicle insurance to base security in order to gain access before gaining access to the site. All personnel will be subjected to a Law Enforcement Data System (LEDS) Background check. All individuals with unfavorable background checks will be banned from the installation. All contracted employees and subcontracted employees will be required to pass the required training below in order to come and go off site or maintain onsite for the duration of the requirement. 3.0 Antiterrorism/Operations Security Requirements 3.1 AT Level I Training: All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR and to the contracting officer, within 10 days of award. AT Level I awareness training is available at the following website: http://jko.jten.mil. 3.2 iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. There will be an AT/OPSEC handout for the contractor to review and a student log for the contractor to sign to complete this requirement. This training shall be completed and the results reported to the COR and the contracting officer within 10 days of award. 4.0 Contracting Manpower Recording Act (CMRA): 4.1 The Contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau via a secure data collection site. 4.2 The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at http://www.ecmra.mil 5.0 Unit Identification Code (UIC) for the Requiring Activity: WPRPT0 rms and Conditions: Te 6.0 Issuing Office DoDAAC: W912JV III. 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. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.204-13 System for Award Management Maintenance FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3 Convict Labor FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-54, Employment Eligibility Verification. FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.228-5 Insurance - Work on a Government Installation 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 52.237-2 Protection of Government Buildings, Equipment and Vegetation DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax DFARS 252.244-7000 Subcontracts for Commercial Items 52.212-1 Instructions to Offerors-Commercial Items. As prescribed in 12.301(b)(1), insert the following provision: Instructions to Offerors-Commercial Items (Oct 2018) 1. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. 2. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show- a. (1) The solicitation number; b. (2) The time specified in the solicitation for receipt of offers; c. (3) The name, address, and telephone number of the offeror; d. (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; e. (5) Terms of any express warranty; f. (6) Price and any discount terms; g. (7) "Remit to" address, if different than mailing address; h. (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); i. (9) Acknowledgment of Solicitation Amendments; j. (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and k. (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 3. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 4. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. 5. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. 6. (f) Late submissions, modifications, revisions, and withdrawals of offers. a. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. b. (2) i. (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- 1. (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or 2. (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or 3. (C) If this solicitation is a request for proposals, it was the only proposal received. ii. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. c. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. d. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. e. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. 7. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror'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. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 8. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. 9. (i) Availability of requirements documents cited in the solicitation. a. (1) i. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. ii. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. b. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: i. (i) ASSIST ( https://assist.dla.mil/online/start/). ii. (ii) Quick Search ( http://quicksearch.dla.mil/). iii. (iii) ASSISTdocs.com (http://assistdocs.com). c. (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- i. (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); ii. (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or iii. (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697- 1462. d. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. 10. (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. 11. (k) [Reserved] 12. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: a. (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. b. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. c. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. d. (4) A summary of the rationale for award; e. (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. f. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014) 1. (a) 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 following factors shall be used to evaluate offers: [Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.] Technical and past performance, when combined, are [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] 2. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 3. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract w...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »