MDARNG Catered Meal Feeding Edgewood
Solicitation Number (Request for Quote): W912K6?19?Q?0045 Procurement Notice Type: Combine: Synopsis/Solicitation Response Date: 11 July 2019 10:00 AM est. Title: Edgewood Temporary Feeding Plan – Cat... Solicitation Number (Request for Quote): W912K6?19?Q?0045 Procurement Notice Type: Combine: Synopsis/Solicitation Response Date: 11 July 2019 10:00 AM est. Title: Edgewood Temporary Feeding Plan – Catered Meals Set Aside: Total Small Business Classification: S – Utilities and Housekeeping Services NAICS Code: 722310 Food Service Contractors Subject: The Maryland Army National Guard requires catered meals to support training for Free State Challenge Academy Cadets 7 days per week at the Edgewood Arsenal MDARNG training areas. Purpose: Maryland Army National Guard (MDARNG) proposes to enter into a Single Indefinite Quantity Indefinite Delivery (IDIQ) Firm?Fixed Price Contract to procure catered meals to support training for Free State Challenge Academy Cadets. The requirement of this contract will include providing all qualified personnel, materials, to include a food preparation trailer, supervision and quality controls necessary to perform food services to support operations including breakfast, lunch dinner meals on an as needed basis. These meals shall resemble the portion, variety and quality expected at established restaurants, and follow the recipe standards of Army Technical Manual (TM) 10-412 Armed Forces Recipe Service, and Army Regulation (AR) 40-25 Nutritional Standards. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W912K6?19?Q?0045 is issued as a Request for Quotation (RFQ). The results of this requirement will be a Firm?Fixed Priced (FFP) contract. The right to make no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a 100% small business set?aside. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005?100. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. Quotation must be valid for 30 days. The applicable North American Industry Classification Standard (NAICS) code is 722310. The small business size standard is $32.5M. This is a Total Small Business Set Aside. See Performance Work Statement (PWS) for further requirements and/or information. The total period of performance for this contract is for 22 weeks. See Federal Acquisition Regulation (FAR) 52.217-8, Option to Extend Services not to exceed an additional six (6) months. Maximum period of performance could be July 14, 2019 through December 15, 2019. Extended services could be required in one (1) month increments. Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror that is the Best Value to the government. The applicable North American Industry Classification Standard (NAICS) code is 722310. The small business size standard is $32.5M. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, and whose offer(s) results in the lowest total price that meets the minimum needs of the government. Site Visit: A site visit will not be held. Acceptance Criteria: See PWS for acceptance criteria. Notes: Interested offerors must be actively registered with the System for Award Management (SAM) system prior to award per Federal Acquisition Regulation (FAR) 4.1102. The proposal must include the offeror’s DUNS Number, CAGE Code, Telephone Number, Email address. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e?mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Applicable Clauses/Regulations: 52.252?1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil/ 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 address: http://farsite.hill.af.mil/ 52.204?7, System for Award Management. 52.204-7, System for Award Management. 52.204?10, Reporting Executive Compensation on First?Tier Subcontract Awards 52.204?13, System for Award Management Maintenance. 52.209?6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212?1, Instructions to Offeror ?? Commercial applies to this acquisition. 52.212?2, Evaluation ?? Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212?3 Alt I, Offeror Representations and Certifications ?? Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212?4, Contract Terms and Conditions ?? Commercial Items applies to this acquisition. 52.212?5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders? Commercial applies to this acquisition. 52.217-8, Option to Extend Services 52.219?6, Notice of Total Small Business Set?Aside 52.219?13, Notice of Set?Aside Orders 52.219?28, Post Award Small Business Program Representation. 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?36, Affirmative Action for Workers with Disabilities 52.222?50, Combating Trafficking in Persons 52.223?18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225?13, Restrictions on Certain Foreign Purchases. 52.225?18, Place of Manufacture 52.225?25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran?Representations 52.232?33, Payment by Electronic Funds Transfer 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. 52.246?16, Responsibility for Supplies 52.247?34, F.O.B. Destination 252.203?7000, Requirements Relating to Compensation of Former DoD Officials 252.203?7002, Requirement to Inform Employees of Whistleblower Rights 252.204?7004 Alt A, System for Award Management applies to this acquisition. 252.225?7001, Buy American and Balance of Payments Program 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports 252.232?7006 Wide Area Workflow Payment Instructions 252.232?7010, Levies on Contract Payment 252.247?7023, Transportation of Supplies by Sea 52.232-18 Availability of Funds Site Visit: A site visit will not be held. Quotes shall be submitted by email to David Martinelli, Contracting Specialist, at: ng.md.mdarng.list.uspfo?arpc@mail.mil No later than July 11, 2019, 10:00 am EST. Quotes shall be clearly marked RFQ W912K6?19?Q?0045. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to David Martinelli at ng.md.mdarng.list.uspfo?arpc@mail.mil no later than July 9th by 11:30 AM EST. Questions not received within the allowable time may not be considered. Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo?arpc@mail.mil. Contracting Office Address: USP&FO for Maryland, Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078?4003 United States Primary Point of Contact: David Martinelli Contract Specialist ng.md.mdarng.list.uspfo?arpc@mail.mil ATTACHMENTS: 1. Performance Work Statement
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »