Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:W912NS-19-Q-2502
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 announce...
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; quotes are being requested and a written solicitation will not be issued. This solicitation W912NS-19-Q-2502 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500.00 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The following commercial items are requested: This will be a Firm Fixed Price Contract. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.219-27 - Notice of Service-Disabled Veteran Owned Small Business Set-Aside A digital proof must be provided to the Marketing NCOIC for approval prior to Sample Proof. Sample Proof must be delivered to Marketing NCOIC for approval prior to full scale production and delivery. This is to ensure proper logo placement and quality. Basis of Award: Best Value will be determined on the Lowest Price Technically Acceptable (LPTA). For a vendor's quote to be technically acceptable the vendor's quote must ensure the meals provided are in accordance with the attached statement of work. Product will be shipped in varies quantities to seven (7) different Missouri Guard locations in the state of Missouri. Exact locations will be shared at a later date. Please submit your quote on a Company Letter Head or the attached Statement of Work (include CAGE) via email to the emails listed below. All quotes will be due NLT 07 February @ 5:00PM Central Time. If anyone should have any questions, please contact Kris Lau at (573) 638-9575 or sharon.k.lau.civ@mail.mil.