Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912J2-21-R-0002
This amendment is being issued to change the CLIN type of all option CLINS from Fixed Price-Economic Price Adjustment (FP-EPA) to Firm Fixed Price (FFP). The price provided on the option CLINS will be...
This amendment is being issued to change the CLIN type of all option CLINS from Fixed Price-Economic Price Adjustment (FP-EPA) to Firm Fixed Price (FFP). The price provided on the option CLINS will be the price paid to the contract awardee in the event the option is exercised. See the attached Solicitation W912J2-21-R-0002-0001 and acknowledge the amendment by returning a completed and signed copy of the amendment. As a result of this amendment the due date for solicitations is extended one day. Proposals are due at 9:00 a.m. CST 11 May 2021. Solicitation Number W912J2-21-R-0002 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. This requirement is 100% set-aside for Small Business (SB) concerns under North American Industry Classification System (NAICS) code 722310 Food Service Contractors with a Small Buisness size standard of $41.5 million dollars. This procurement is subject to the Randolph-Sheppard Act (R-SA), 20 U.S.C. §107, Operation of Vending Facilities and 34 CFR §395.33, Operation of Cafeterias by Blind Vendors, which establishes a priority for blind persons recognized and represented by the State Licensing Agency (SLA), in the award of contracts for the operation of cafeterias on federal facilities. Accordingly, although the solicitation is setaside 100% for small business, the State Licensing Agency will also be permitted to submit a proposal in accordance with 34 CFR 395.33(b). This notice is not designed to discourage competition rather, it notifies all potential offerors that the priority established by the R-SA for proposals received from SLAs and their blind vendors is applicable to this procurement. The requirements of this contract include providing all qualified personnel, materials, supervision, and quality control necessary, to perform Full Food Services in accordance with the attached Performance Work Statement and all Exhibits for the Wisconsin Army National Guard. The Period of Performance is one eleven month period, from 16 June 2021 to 15 June 2022 and four twelve month option periods. The location of the work is at 426th Regional Training Institute, Building 90, Fort McCoy, WI. An organized site visit will be conducted on Wednesday, 28 April 2021 at 10:00 a.m. Central Standard Time (CST) at the Regional Training Institute, 90 South 10th Avenue, Fort McCoy, Wisconsin. If you plan to attend the site visit, please email Lisa Burns at lisa.m.burns40.mil@mail.mil for further instructions concerning base access. Interested contractors are encouraged to attend and shall follow base access requirements. Questions regarding this solicitation shall be in writing and sent via e-mail ONLY to Lisa Burns at lisa.m.burns40.mil@mail.mil All correspondence shall reference solicitation W912J2-21-R-0002. The cut-off for questions is Tuesday, 04 May 2020, by 2:00 P.M. CST. All questions will be answered electronically and in writing through a solicitation amendment. Proposals shall be sent via e-mail ONLY to Lisa Braund at lisa.m.burns40.mil@mail.mil NO LATER THAN Monday, 10 May 2021, 9:00 AM CST. Please see the attached documents and follow the Proposal Instructions within the SF 1449 solicitation W912J2-21-R-0002 to compile and submit your proposal.