RTI Catered Meals
Notice type: Combo Synopsis Posting date: September 17, 2019 Response date: October 4, 2019 Class Code: S203 NAICS: 722310: Solicitation #: W912JV-20-Q-2004 Place of Performance: Hermiston, OR SET Asi... Notice type: Combo Synopsis Posting date: September 17, 2019 Response date: October 4, 2019 Class Code: S203 NAICS: 722310: Solicitation #: W912JV-20-Q-2004 Place of Performance: Hermiston, OR 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 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. W912JV-20-Q-2004 and is issued as a Request for Quote (RFQ). Request for Quotes are due by October 4, 2019, 3:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. National 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. Specifications, Requirements and Address SPECIFICATIONS: The Regional Training Institute of the Oregon Army National Guard requests a vendor to provide catered meals as outlined below in order to conduct Training from 4 November 2019 through 22 November 2019 in accordance with the specifications listed below. Location: 249 RTI 78080 Ordnance Rd, Bldg 36, Hermiston, OR 97838 Period of Performance: November 4-22, 2019 CLIN 0001 Catered Breakfast Meals-one (1) Job Provide 1360 catered breakfast meals November 2019 in accordance with the Statement of Work (SOW). CLIN 0001 Total tiny_mce_marker____________________________________________ CLIN 0002 Catered Lunch Meals- one (1) job Provide 972 catered lunch meals November 2019 in accordance with the PWS. CLIN 0002 Total tiny_mce_marker____________________________________________ CLIN 0003 Catered Dinner Meals - one (1) job Provide 1440 catered dinner meals November 2019 in accordance with the PWS CLIN 0003 Total tiny_mce_marker____________________________________________ CLIN 0004- Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". CLIN 0004 TOTAL tiny_mce_marker_______________________________________ QUOTE TOTAL tiny_mce_marker________________________________________ 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with the 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 Specialist, USPFO for Oregon P&C deannie.l.darrow.civ@mail.mil 503-584-3435 II. Statement of Work Oregon Army National Guard Catered Meals - Hermiston, OR 4 NOVEMBER to 22 NOVEMBER 2019 1.0 Overall Concept 1. The Oregon National Guard requests a caterer to prepare, deliver, and serve food based on the criteria as outlined below. 2. Headcount and meal breakout: Day Date Breakfast Lunch Dinner Headcount Menu Day Headcount Menu Day Headcount Menu Day 1 04 NOV 0 n/a 12 1 80 1 2 05 NOV 80 2 80 2 80 2 3 06 NOV 80 3 80 3 80 3 4 07 NOV 80 4 80 4 80 4 5 08 NOV 80 1 80 5 80 5 6 09 NOV 80 6 80 6 80 6 7 10 NOV 80 7 80 7 80 7 8 11 NOV 80 8 80 8 80 8 9 12 NOV 80 9 0 n/a 80 9 10 13 NOV 80 2 80 10 80 10 11 14 NOV 80 11 0 n/a 80 11 12 15 NOV 80 12 80 12 80 12 13 16 NOV 80 13 0 n/a 80 13 14 17 NOV 80 14 0 n/a 80 14 15 18 NOV 80 1 80 1 80 1 16 19 NOV 80 5 0 n/a 80 2 17 20 NOV 0 n/a 80 4 80 3 18 21 NOV 80 4 80 5 80 4 19 22 NOV 80 6 0 n/a 0 n/a 3. Date/Time: Date Breakfast Lunch Dinner 4 NOV 19 to 22 NOV 19 07:00am to 8:00am 12:00pm to 1:00pm 5:00pm to 6:30pm 2.0 Minimum Sanitation Requirements 1. The TB MED 530 is the governing regulation for all sanitation practices for military food service operations. A copy of this regulation will be supplied to the vendor upon request. 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 as consumable 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 food preparation area. 5. All personnel handling, cooking, or serving food, will have a current food handler's permit to be posted within the Dining Facility (DFAC) office area must be current. 6. All food shall be kept at a reasonably safe temperature during transportation and will be kept in containers so as to maintain cleanliness, sanitation, and optimal temperatures. 3.0 Performance Standards The intent of this solicitation is to obtain the services of a Mobile Food Service Unit catering service/company for the HQ 249th Regional Training Institute training facility, located at the Camp Umatilla Training Center in Hermiston Oregon. The example rate of delivery to personnel is set at 110 meals per 30-minute period with in the identified eating area or off site, in the field training. The Contractor shall staff each food service event, to include serving of food to Soldiers, with the optimum number of employees for an efficient operation at all times. 1. The Contractor shall be responsible for providing all equipment, supervision, labor, materials and supplies to accomplish the full scope of work defined herein. Any and all equipment necessary for the operation of the Mobile Food Service Unit will be allowed and approved for use under this contract. Equipment must be capable of operating in various weather conditions. Hermiston, Oregon, gets an average of 9 inches of rain per year, and approximately 10 inches of snowfall. On average, there are 189 sunny days per year. The July high is around 90 °F. The January low is 24 °F. Weather generally has no significant impact on training, except in the event of high winds. 2. The contractor of the Mobile Food Service Unit shall include complete management, control, purchase, receipt, storage, issue, handling and preparation, food serving and clean up. Additionally, the contractor will be responsible for transport, repair and maintenance to equipment. All hot meals shall be served and consumed at the identified remote dining area except for any "sack lunches" and field meals identified in training calendar for each training cycle. 3. Contractor will provide approved single-use disposable food and beverage products to include, but not limited to; cups, plates, napkins and flatware. 4. Field meals will be needed for field training missions. Meals will be cooked and prepared for transport by the contractor. Prepared food and beverage items will be transported by Unit personnel to field training site. Mermites and warming/cooling beverage containers will be provided to the caterer by HQ 249th RTI Supply section. 5. Government Furnished Services 1. Waste Products - dumpsters for refuse are available on Camp Umatilla. Garbage services are provided after the waste products have been placed in the Government provided containers by the Contractor. 2. Gray Water - Camp Umatilla does not have waste water dumping/removal capabilities. 3. Potable Water - The Mobile Food Service Unit will have access to any/all potable water needed for food preparation. 6. The dining facility at Camp Umatilla, BLDG 36, will be under construction and will be unavailable for use throughout the duration of the construction. Exterior refrigerator and freezer storage will also be unavailable for use throughout the duration of the construction. Vendor will need to be self-sufficient and supply equipment necessary to conduct performance for the duration of the contract. 7. The contractor shall furnish the following: 1. All cooking, serving equipment, utensils eating dishes and cups. Utensils shall be heavy weight and factory wrapped. All drinking cups shall be a minimum of 12 ounces. All disposable products shall be capable of withstanding minimum temperature of 160 degrees Fahrenheit. 2. All equipment, labor, supervision, fuel, and maintenance necessary for the full operation of the Mobile Food Service Unit. 3. All food and condiments. 4. Single use, food-grade gloves for food prep and service. 5. Employees trained in safe food handling procedures. 6. Refrigeration and freezer units for the storage of meat and other perishables. 8. Dining area will contain a limited number of garbage cans, Caterer will need to remove all trash after each meal. Caterer will be responsible for the cleaning and organization of the dining area and all rooms contained within the dining area. Services will include the cleaning and sanitization of tables and latrine. Sweeping and mopping of floors within all areas of the dining and latrine areas. Caterer will provide trash bags and all other paper products (cups, plates, napkins, etc.) and flatware. 9. Meals must supply the necessary nutrition and a minimum 2500 calorie per day diet is expected for training personnel. All meals must be visibly appealing and conform to the Army 14 day menu size portions. The Army and Oregon National Guard Regulations governing food service are referenced above. The Contractor shall provide comparable food substitutes if food depletes during serving time. The substitute(s) must be equal to or better than the food depleted. If food is prepared off-site; the Contractor shall provide meals with the same quality, freshness, appeal, and initial preparation as those meals prepared on-site. 10. The Contractor and its employees shall possess and have ready for inspection current Food Handlers Cards. The Contractor shall obtain all permits and licenses needed for a food service operation. The Contactor shall be responsible for the purchase and payment of all food supplies, cleaning supplies, paper supplies (Plates, cups, bowls, napkins, etc.) and any other supplies required to provide the customers a safe, healthy, sanitary, and efficient food service 11. Meal times: Breakfast 0630-0800; Lunch 1200-1300; Dinner 1700-1830; times may fluctuate due to training schedule POC will provide a copy of the class training schedule for details on chow times. 4.0 Commercial Meal Standards 1. Provide the following for Commercial Breakfast Meals: a. There will be at least one (1) meat item to include (i.e. Ham, Bacon, Sausage, or Cream Ground Beef.). b. The same type meat item will not be served for two consecutive meals. c. There will be at least three (3) side items to include (2 Eggs per person, Hash browns, Pancakes, or French toast, etc.) When Pancakes or French toast is not being served, there will be a minimum of two slices of toast per Soldier. d. 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. e. At least one (1) type of real fruit juice will be provided to include, (Orange, Pineapple, Apple, or any other type of real juice). f. There will be an assortment of bread provided, at all meals in addition to whatever the main entree is. g. A variety of individual servings of cold cereal will be provided daily, at a ratio of 100% of the total number of Soldiers. h. In addition to cold cereal, Hot Cereal must be provided at least twice weekly. (Individual serving packets are acceptable for Oatmeal or Cream of Wheat). i. Provide the following beverages: coffee, tea, milk, water and hot chocolate. 2. Provide the following for Commercial Lunch Meals: a. There must be at least (1) meat item (i.e. Beef, Pork, Poultry, Fish, etc). The same type meat item may not be served for (2) consecutive meals. b. There must be at least (2) side items (i.e. (1) Cooked Vegetable, (1) Cooked Starch, etc). c. When the starch item is combined with the meat item (i.e. Lasagna, Chili Mac, etc), it will be considered as (2) items, (1) meat and (1) starch. d. A Green Salad Bar must be provided and must include at least (3) side items in addition to lettuce (i.e. tomatoes, carrots, celery, cucumbers, radish, green onion, shredded cheese, croutons, etc). Cottage Cheese or Canned Fruit may be added as an addition to the Green Salad Bar. e. There must be (3) types of Salad Dressing at a ratio that follows (2) Ranch to (1) Thousand Island to (1) Italian. f. There must be an assortment of bread items provided in addition to whatever the main entrée includes (i.e. Plain White Sandwich Bread, Cornbread, Biscuits, Dinner Rolls, Breadsticks, Garlic Bread, etc). Peanut Butter and Jelly must be provided. g. There must be a variety of (3) types of seasonal fresh fruit available. Canned fruit may not be substituted for fresh fruit. h. Coffee, tea, milk, a Kool-Aid beverage, and water must be provided. 3. Provide the following Commercial Dinner Meals: a. There will be at least one (1) meat item to include (Beef, Pork, Poultry, or Fish). The same type meat item will not be served for two consecutive meals. b. There will be two (2) side items to include, (l cooked vegetable and l cooked starch). c. When the starch item is combined with the meat item, (Lasagna or Chili Mac) it will be considered 2 items. d. A Green Salad Bar will be provided plus three side items (tomatoes, carrots, celery, cucumbers, radish, green onion, shredded cheese, croutons). e. Assorted Bread item choices (bread, cornbread, biscuits, dinner rolls, bread sticks, or garlic bread). Out on the line in addition to the main entree. f. One (1) dessert item will be provided to include (cake, cookies, pie, apple crisp, cobbler, brownies, or ice cream). g. Provide the following beverages: coffee, tea, milk, water and a Kool-Aid beverage. All milk must be kept chilled at all times during serving or storage. h. Peanut butter and jam will be out on the line for all meals. i. Coffee, tea, milk, a juice beverage, and water must be provided. ? 14 Day Menu The following weights and measures are taken directly from the Oregon Anny National Guard 14 Day Menu: WHEN VENDORS BID FOR CONTRACTS ON GOVERNM ENT CATERED MEALS, THESE WEIGHTS AND MEASURES WILL BE STRICTLY ADHERED TO FOR THE DURATION 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. Hash Browns 2/3 cup or 3-1/2 oz cooked Potatoes, Fresh 1/2 cup or 3-1/2 oz cooked Rice 3/4 cup or 5-1/2 oz cooked Eggs 2 eggs or equivalent cooked Bacon 3 slices cooked Ham 4 oz meat cooked Sausage 2 patties or 4 oz meat cooked Ground Beef (Spaghetti and Creamed Beef) 2/3 cup or 5-1/2 oz meat cooked Ground Beef (Swedish Meatballs) 3 meatballs or 4 oz cooked with 1/4 cup gravy Ground Beef (Meatloaf, Salisbury Steak) 1 slice or 6-1/2 oz meat cooked Stew Meat 6 oz meat cooked Veal Steaks (Veal Parmesan) 1 steak or 6-1/2 oz meat cooked Chicken Quarters 1/4 or 7-1/2 oz meat cooked Pork Chops 1 pork chop or 6 oz meat cooked Beef Swiss Steak (Steak w/ Onions, Pepper Steak) 6-1/2 oz meat cooked Beef Pot Roast 2 slices or 6 oz meat cooked Turkey Roast 6-1/2 oz meat cooked Fish 4 oz meat cooked Salad (Lettuce) Mix 3/4 cup or 2-1/2 oz Vegetables, Frozen 3-1/2 oz cooked Seasonal Fresh Fruit 1 piece per Soldier Salad Dressing (Individual Packets) 1 serving per Soldier Cold Cereal (Individually Packed Portions) 1 serving per Soldier Hot Cereal (Individually Packed Portions) 50 per 100 Soldiers Coffee 6lbs per 100 Soldiers per day Hot Cocoa (Individual Packets) 50 per 100 Soldiers 2% Milk 14 gal per 100 Soldiers/day (3.5 pints per Soldier) 5.0 Security Requirements 5.1 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. 6.0 Antiterrorism/Operations Security Requirements 6.1 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 POC and to the contracting officer, within ten (10) days of award. AT Level I awareness training is available at the following website: http://jko.jten.mil. 6.2 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 POC. 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 POC and the contracting officer within ten (10) days of award. 7.0 Contracting Manpower Recording Act (CMRA): 7.1 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. 7.2 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 7.3 Unit Identification Code (UIC) for the Requiring Activity: W90KNA 7.4 Issuing Office DoDAAC: W912JV 8. Quality Control (QC): The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's QCP is the means by which the contractor is assured the work complies with the requirement of the contract. 9. Point of Contact (POC): The ORNG Contracting Officer's Point of Contact for inspection and acceptance of deliverables under this task order, and will be physically located at the Event throughout the exercise period. The POC is authorized to represent the contracting officer in interpreting the technical requirements of this task order. However, the POC is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition. 10. Deliverable Guidelines: ? Inspections and Acceptance: All deliverables must be submitted to and approved by the POC. ? Notice Regarding Late Delivery: The contractor shall notify the POC as soon as it becomes apparent to the contractor that a scheduled delivery will be late. The contractor shall include in the Problem Notification Report (PNR) the rationale for late delivery, the expected date for the delivery and the project impact of the late deliver. ? The contractor must include the DSR with each invoice submitted for payment to the POC. ? Develop and publish a formal plan to address procedures and resources available for on-site safety, ‘real-world' emergencies and life support capabilities. Plan must be submitted to contracting within 10 days of award. III. Terms and Conditions: Terms and Conditions: 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 52.204-7 System for Award Management (Oct 2018) FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-13 System for Award Management Maintenance 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 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 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 52.232-33, 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 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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 52.237-1 Site Visit 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 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.225-7048 Export-Controlled Items 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 252.244-7000 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 irr...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »