MDARNG 70th RTI Catering
Solicitation Number: W912K6-19-Q-0047 Notice Type: Combine Synopsis/Solicitation Classification Code: S - Utilities and housekeeping Services NAICS Code: 722 - Food Services and Drinking Places/722320... Solicitation Number: W912K6-19-Q-0047 Notice Type: Combine Synopsis/Solicitation Classification Code: S - Utilities and housekeeping Services NAICS Code: 722 - Food Services and Drinking Places/722320 - Caterers Set Aside: Total Small Business Synopsis: This is 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 W912K619Q0047 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 8 July 2019 9:00 PM. (EST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 722320 with size standard 7.5 million. USPFO for MD, NGMD-PFO-RMC, has a Firm Fixed Price requirement for a vendor to provide catered meals for the 70th RTI located at Aberdeen Proving Ground-South, 8424 Otto Road BLDG E4225, Gunpowder, MD 21010 (Edgewood Area) and other locations in accordance with the Performance Work Statement (PWS) during the period 19 July through 01 September 2019. The set up for the meals will be at the National Guard Dining Facility, and other locations IAW the attached PWS.. Evaluation: FAR 52.212-5 - Evaluation -- Commercial Items (OCT 2014)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Lowest Price 2. Bid or proposal meets all the material requirements of this solicitation 3. Satisfactory performance record. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after receipt, unless a written notice of withdrawal is received before award. ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (eCMRA) REPORTING (JAN 2015): The contractor shall ensure ALL contractor labor hours including subcontractor, at all levels/tiers, labor hours required for the performance of services provided under this contract are reported via a secure data collection site. The contractor and all subcontractors, at all levels/tiers, providing direct labor under this contract shall report complete and accurate data for the labor executed during the period of performance during each Government fiscal year (FY), which runs from October 1 to September 30. The Contractor shall input the data into the appropriate eCMRA reporting tool, which can be accessed via a secure web site at http://www.ecmra.mil/. There are four separate eCMRA tools: Army, Air Force, Navy and All Other Defense Components. The appropriate eCMRA reporting tool to use is determined by the requiring activity being supported (e.g., if DISA awards a contract for an Air Force requiring activity, the contractor shall load the required reporting data in the "Department of Air Force CMRA" tool). While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. The contractor shall completely fill in all required data fields. The contractor shall enter initial data into the appropriate eCMRA tool to establish the basic contract record no later than 15 working days after receipt of contract award or contract modification incorporating this clause. The contractor shall notify the COR when the basic contract record has been established in the appropriate eCMRA tool Perido of Performance: (See PWS for training periods of performance) Contract POP is from the date of award through September 1, 2019 Place of Performance/Destination: See Performance Work Statement (PWS) National Guard Dining Facility (DFAC) 8424 Otto Road, Building E4225 Gunpowder, MD 21010-5401 Lauderick Creek Military Reservation (LCMR) 2624 Fairview Point Road Edgewood, MD 21040 Gunpowder Military Reservation (GMR) 10901 Notchcliff Road Glen Arm, MD 21057 Site Visit: Site visit is not require for this solicitation Terms and Conditions: Interested offerors must be registered in SAM. 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. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. It is now mandatory that all CURRENT registrants in SAM who have a requirement to update data on its SAM record or make changes to its registration provide a written (hard copy), notarized letter confirming the entity's Administrator that is authorized to register the entity in the SAM database. The notarized letter is implemented to mitigate the concern of fraud and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. The notarized letters must be postal service mailed (not emailed or faxed) to the "Federal Service Desk" and must contain the information outlined in the SAM posted FAQ at: (https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update). 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 Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Federal Acquisition Regulations (Clause): The following FAR Provisions and clauses apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAR 52.212-5 - Evaluation -- Commercial Items (OCT 2014)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Lowest Price 2. Bid or proposal meets all the material requirements of this solicitation 3. Satisfactory performance record. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after is receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.204-13 System for Award Management Maintenance FAR 52.204-9 Personal Identity Verification of Contractor Personnel 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.217-5 Evaluation of Options. FAR 52.217-8 Option to Extend Services 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 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-54, Employment Eligibility Verification. FAR 52.225-13 Restrictions on Certain Foreign Purchases 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 52.228-5 Insurance - Work on a Government Installation 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 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-6 Authorized Deviations in Clauses Title 48 CFR Chapter 2 DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors 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 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax DFARS 252.244-7000 Subcontracts for Commercial Items 52.212-3 ALT 1 Offeror Representations and Certifications -- Commercial Items (Jan 2017) - See Attached for Full Text. 252.232-7006 Wide Area Workflow Payment Instructions - See Attached for Full 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: Mr. Gilberto Resto Contract Specialist ng.md.mdarng.list.uspfo-arpc@mail.mil Attachments: 1. Performance Work Statement 2. Department of Labor Wage Determination 3. Headcount/schedule meals/locations (PDF) 4. Headcount/Schedule meals/locations (In excel format as guid to offerors)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »