Kitchen Patrol (KP) Service Attendants
I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This a... I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (II) Solicitation W912L7-19-Q-1103 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-69. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 561720, small business size standard is $18,000,000.00. (V) COMMERCIAL ITEM DESCRIPTION: Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than midnight 28 Feb 2019. This action has been identified on the National Guard priority list for award if funds become available and the prices received are within an awardable range. Award will be made to the responsible offeror whose quote conforms to the request for quotation and is most advantageous to the Government considering only price and price related factors. The 164th Airlift Wing (AW) has a need for the establishment of a contract to provide kitchen patrol service attendants in accordance with attached Performance Work Statement (PWS). The Contractor is responsible for providing all personnel, supervision, and any items and services necessary to perform kitchen patrol services at the 164th Airlift Wing as defined in this PWS. The Period of Performance (POP) shall be 1 Mar 2019 - 28 February 2024. Training Certificates: The contractor will provide the government with training certificates for all personnel who are involved in food serving. CLIN 0001 - Kitchen Patrol Service Attendants in accordance to the Performance Work Statement (PWS) CLIN 0002 - Contractor Manpower Reporting Application. The contractor shall report ALL contractor labor hours (including subcontractor labor hours if applicable) required for performance of services provided under this contract for the Air National Guard via secure data collection site. (VII) Place of Delivery: TN Air National Guard 164th Airlift Wing, located at 4593 Swinnea Rd., Memphis, TN 38118 FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Within the continuum, the Government will employ a "Lowest Price Technically Acceptable FAR 15.101-2" analysis of cost or price and non-cost factors in evaluating the quotes submitted. Evaluation of technical factors shall be on an acceptable/unacceptable basis. All factors are required to achieve an acceptable rating to be considered technically acceptable. Factors that shall be used to evaluate offers are: Technical Capability - Kitchen Patrol Service Attendants Factor 1: The contractor shall provide a full-time contract manager on site who shall be responsible for the performance of the work; provide the name of this person, and an alternate or alternates, who shall act for the contractor when the manager is absent. Technical Capability Evaluation Ratings Rating Description Acceptable The proposal clearly meets the minimum requirements of the RFQ. Unacceptable The proposal does not clearly meet the minimum requirements of the RFQ. Past Performance: The past performance evaluation results is an assessment of the quoter's probability of meeting the minimum past performance that pertain to the products and/or services outlined in the solicitation requirements. The Government may use Contractor Performance Assessment Reporting System (CPARS), information in the quoter's quote, and information obtained from other sources. Quoters are encouraged to provide three (3) Business References who have first-hand knowledge of performance relative to the same type of equipment, dates of contract performance, and total contract amount. Past Performance Evaluation Ratings Rating Description Acceptable Based on the proposal's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the proposal's performance record is unknown. Unacceptable Based on the proposal's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Price The purpose of the price evaluation is to determine whether an offeror's quoted prices for the service are realistic, complete and reflect an understanding of solicitation requirements, and to provide an assessment of the reasonableness of the proposed price. The Contracting Officer shall ultimately make any subsequent award to the proposal whose quote is determined to represent the Lowest Price Technically Acceptable. Technical and past performance, when combined, are equal to price. (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 option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful proposal within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the System for Award Management (SAM) System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov . (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov . (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004, Alt A, System for Award Management. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated 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 website http://farsite.hill.af.mil: 52.204-7, System for Award Management; 52.204-10, Reporting Executive Compensations and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contactors Debarred, Suspended, or Proposed for Debarment; 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Test Messaging While Driving: 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.232-39, Unenforceability of Unauthorized Obligations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-3, Continuity of Services; 52.245-1, Government Property 52.245-1, Alt I Government Property (JAN 2017) Alternate I 52.245-9, Use And Charges 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-70005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.211-7007 Reporting of Government-Furnished Property 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-70001, Pricing of Contract Modifications; 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002, Reporting Loss of Government Property 252.245-7003, Contractor Property Management System Administration 252.245-7004, Reporting, Reutilization, and Disposal Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 15 January 2019 at 1:00 p.m. EST. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (https://www.sam.gov ). (XIV) N/A. (XV) Quotes will be due to the 164AW/MSC 4593 Swinnea Rd. Memphis, TN 38118, by 23 January 2019, 2:00 p.m. EST. Email quotes will be accepted at usaf.tn.164-aw.mbx.msc@mail.mil. (XVI) Point of Contact is SMSgt Christopher Rhyne (901) 291-7109 or email usaf.tn.164-aw.mbx.msc@mail.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »