Delivery of Meals for Maryland Army National Guard (MDARNG)
Subject: The Maryland Army National Guard requires meals for up to 204 Soldiers starting December 11, 2019 to December 20, 2019 to support training in the vicinity of 3 locations specified in the Stat... Subject: The Maryland Army National Guard requires meals for up to 204 Soldiers starting December 11, 2019 to December 20, 2019 to support training in the vicinity of 3 locations specified in the Statement of Work (see SOW for exact dates at each location): 4244 Montgomery Road, Ellicott City, MD 21043 8451 Nike Road, BLDG E4305, Gunpowder, MD 21010 (commonly referred to as Edgewood in the menus and RFQ) 5600 Rue Saint Lo Drive, Reisterstown, MD, 21136 (Camp Fretterd Military Reservation [CFMR in the menus]) Purpose: Maryland Army National Guard (MDARNG) proposes to enter into a Firm-Fixed Price Contract to procure prepared food to provide meals for up to 204 soldiers from the 729th Composite Supply Company. 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 W912K6-20-Q-0011 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 2020-01. 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. Offer/Bid must be valid for 30 days. The applicable North American Industry Classification Standard (NAICS) code is 722310 or 722320. The small business size standard for 722310 is $41.5M and for 722320 is $8.0M. This is a Total Small Business Set Aside. Contract Type and Evaluation Criteria: Best value award will be made to the responsive and responsible offeror with the lowest price offer that meets the minimum requirements of this RFQ. The applicable North American Industry Classification Standard (NAICS) code is 722310 or 722320. The small business size standard is $41.5M or $8.0M, respectively. 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. Site Visit: N/A Acceptance Criteria: All meals shall be delivered by the timeline designated by the lead unit person-in charge. First meal date and last meal to be delivered are listed on the SOW. Notes: 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. 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/these address (es): 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/these address (es): http://farsite.hill.af.mil/ 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting 52.204-22, Alternative Line Item Proposal 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?6, Option for Increased Quantity 52.217?7, Option for Increased Quantity – Separately Priced Line Item 52.219-6, Notice of Total Small Business Set-Aside 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation. 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation. 52.222-3, Convict Labor. 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 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 52.252?1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252?2, Clauses Incorporated by Reference 52.252-4, Alterations in Contract 52.252-6, Authorized Deviations in Clauses 252.203?7000, Requirements Relating to Compensation of Former DoD Officials 252.203?7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former Officials 252.204?7004 Alt A, System for Award Management applies to this acquisition. 252.204?7009, Limitations on the Use or Disclosure of Third?Party Contractor Information 252.204-7011, Alternative Line Item Structure 252.204?7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204?7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213?7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System?Statistical Reporting in Past Performance Evaluations (JUN 2015) 252.219-7998, Inclusion of Non-profit Organization 252.225?7000 Buy American –Balance of Payments Program Certificate 252.225?7001, Buy American and Balance of Payments Program 252.225-7031, Secondary Arab Boycott of Israel 252.225?7048, Export?Controlled Items 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 Payments 252.237?7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.225-7048, Export Controlled Items 252-244-7000, Subcontract for Commercial Items 252.247-7023, Transportation of Supplies by Sea Quote Submission: Quotes shall be submitted by email to Scot Smythe, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil ; no later than December 4, 2019 3:00 PM ET. Quotes shall be clearly marked RFQ W912K6-20-Q-0011. 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 requests will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. CLIN Description Unit of Issue QTY Unit Price Total CLIN 1 Lunch at Edgewood EA 816 ___________ ____________ CLIN 2 Dinner at Edgewood EA 612 ___________ ____________ CLIN 3 Lunch at CFMR EA 408 ____________ ____________ CLIN 4 Lunch at Ellicott City EA 816 ____________ ____________ GRAND TOTAL: $_______________ 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 Scot Smythe at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than November 27, 2019 by 2:00 PM ET. Questions not received within the allowable time may not be considered.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »