Meals at Hilo (Hawaii) for COVID Task Force - Jul-Sep 2021
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisition Procedures and FAR subpart 13.5- Simplified ... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisition Procedures and FAR subpart 13.5- Simplified procedures for Certain Commercial Items, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/ solicitation SHALL be posted on sam.gov. The RFQ number is W912J6-21-Q-0027. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-05, effective March 10, 2021. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the links: https://www.acquisition.gov/far & http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The NAICS code is 311991 - Perishable Prepared Food Manufacturing and the Small Business Standard Number of Employees is 500. This solicitation will be competed as a 100% total small business set-aside. The USPFO-HI Purchasing and Contracting Division requests responses from qualified and responsible sources capable of providing: CLIN 0001: Prepared packaged meals with drink and utensils up to a total estimated 190 meals per day; an estimated 40 breakfast, estimated 110 lunch and estimated 40 dinner. These meals are required to be delivered to Hawaii National Guard primary designated location at 0600 (6:00 am HST) for breakfast, 1100 (11:00 am HST) for lunch, and 1600 (4:00 pm HST) for dinner. A minimum of a fifteen (15) day menu must be provided and must meet the Hawaii National Guard nutritional guidelines IAW Army Regulation 40–25 OPNAVINST 10110.1/MCO 10110.49 AFI 44–141. QTY: 40 Breakfast Price: $ Days: 92 = Total: $ QTY: 110 Lunch Price: $ Days: 92 = Total: $ QTY: 40 Dinner Price: $ Days: 92 = Total: $ Period of Performance: 01 July 2021 – 30 September 2021 CLIN 0002: Prepared packaged meals with drink and utensils up to a total estimated 30 meals; an estimated 10 breakfast, estimated 10 lunch and estimated 10 dinner. These meals are required to be delivered to Hawaii National Guard primary designated location at 0600 (6:00 am HST) for breakfast, 1100 (11:00 am HST) for lunch, and 1600 (4:00 pm HST) for dinner. A minimum of a fifteen (15) day menu must be provided and must meet the Hawaii National Guard nutritional guidelines IAW Army Regulation 40–25 OPNAVINST 10110.1/MCO 10110.49 AFI 44–141. QTY: 10 Breakfast Price: $ Days: 92 = Total: $ QTY: 10 Lunch Price: $ Days: 92 = Total: $ QTY: 10 Dinner Price: $ Days: 92 = Total: $ Period of Performance: 01 July 2021 – 30 September 2021 Nutritional Guidelines available at: https://armypubs.army.mil/epubs/DR_pubs/DR_a/pdf/web/AR40- 25_WEB_Final.pdf Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Daily Counts: The assigned Government Point of Contact (identified at the time of award) will provide counts for Air Force and Army Service Members that will not to exceed the above numbers. Changes to the daily count will be provided no later than 24 hours the day prior which shall include number of meals and meal restrictions. The following FAR provision and clauses are applicable to this procurement: 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor—Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act--Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.239-1 Privacy or Security Safeguards 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://acquisition.gov/ (End of provision) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/ (End of clause) Quoters shall include a completed copy of 52.212-3 and its ALT I and 52.204-24, and 52.204-26 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.215-7008 Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at https://www.sam.gov. If not previously completed, all offerors must complete provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment to be eligible for award. Quotes are due by 4:00 p.m. Hawaii Standard Time on, 25 June 2021. Electronic proposals must be submitted via email to jay.renguul.mil@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Jay Renguul at jay.renguul.mil@mail.mil no later than 4:00 p.m. Hawaii Standard Time, 24 June 2021. Reference Solicitation number W912J6-21-Q-0029 in subject line. Submissions must not exceed 10 pages or keep it below 5MB and it should provide the following: Vendor Name, Vendor POC, Vendor CAGE, Vendor DUNS, Contact Phone Number, Email, Discount Terms (if applicable), and Socio-Economic status. In order to be eligible for award, all respondents shall provide a completed 889 Certification (attachment #2 889 Certification) with their submission. 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 price. (FAR 52.212-1(g). An offeror which requires the Government to execute a separate agreement with a third party shall not be deemed technically acceptable.
Data sourced from SAM.gov.
View Official Posting »