RFQ for Meals (Food Services) in Tupelo, MS (Mississippi National Guard)
This is a solicitation for a commercial service prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12, as supplemented with additional information included in the notice. This s... This is a solicitation for a commercial service prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12, as supplemented with additional information included in the notice. This solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2020-04, Effective 15 January 2020 and the Defense Federal Acquisition Regulations (DFARS) updated 2020/23/01, Effective 23 January 2020. The provisions and clauses incorporated into this solicitation are attached separately on the RFQ Word Document. This requirement is being issued on as a Total Small Business Set-Aside. The North American Industrial Classification System Code is 722310 with a standard size of $38.5 Million. The Government contemplates an award of a Firm Fixed Price contract resulting from this solicitation. United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue a purchase order for the following service. The service to be performed shall be in accordance with the following Performance Work Statement (PWS): Performance Work Statement General: Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to provide meals as defined in this PWS. 1.2 Background: 834th ASB, will be conducting Pre MOB/LOAD OUT at AASF#2 in Tupelo, MS, 02 thru 24 March, 2020, excluding 06 thru 08 Mar. Meals will be provided for 25 soldiers for 20 days. 1.3 Period of Performance (PoP): Lunch meals will be served 02 thru 24 Mar 2020, excluding 06 thru 08 March 2020. 1.4 General Information: All lunches will include Meat, 2 Vegetables, Bread, Dessert and Tea. Utensils needed for meal consumption will provided by the vendor. Coordination will be made by SSG Walden when needed. 1.4.1 Place and Performance of Services: The contractor shall provide lunch at 1130-1230. All meals will be served at the restaurant. Vendor will maintain all cleanliness in the area where meals are distributed. Units will maintain the cleanliness of the eating and surrounding area. Vendor can contact SSG Walden at (662)-321-7723 if any problems occur. 1.4.2 Unscheduled Gate Closure: N/A 1.4.3 Contractor's employees shall become familiar with and obey the regulations of the installation; including fire, traffic, safety and security regulations while on the installation. Contractor employees should only enter restricted areas when required to do so and only upon prior approval. All contractor employees shall carry proper identification with them at all times. The contractor shall ensure compliance with all regulations and orders of the installation which may affect performance 1.4.4. Security Requirements. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may obtained from the Contracting Officer’s Representative (COR). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.6. Physical Security. The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. Definitions and Acronyms: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the property, material, equipment, and/or services listed below solely for the purpose of performance under this contract: Property: The Government will furnish the necessary workspace for the contractor to perform the services outline in the PWS to include ice and serving bar (hot and cold) Contractor Furnished Property, Materials, and Equipment (CFP/M/E): 4.1 Contractor will feed 25 people for lunch for 20 days with necessary equipment needed. 5.1 Contractor Manpower Reporting Application (CMRA): 5.1.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for 834th ASB via a secure data collection site. 5.1.2 The contractor shall completely fill in all required data fields using the following web address: http://ww.ecmra.mil/. Reporting inputs shall be for 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 helpdesk at http://www.ecmra.mil/. Applicable Publications: N/A Basis for award is low price that meets the minimum requirements (the characteristics and level of quality) that will satisfy the Government's needs. OPEN MARKET PRICING IS REQUESTED. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Origin. All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Quotes are due no later than 4:00 p.m., CST, 27 February 2020. Submit quotes via email or fax to Chris Sabine, christopher.a.sabine.civ@mail.mil or 601-313-1569; mail to: USPFO-MS-PC, Attn: Chris Sabine, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to Chris Sabine in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Chris Sabine, christopher.a.sabine.civ@mail.mil. Requests for a copy of the solicitation will not receive a response.
Data sourced from SAM.gov.
View Official Posting »