RTI - Catered Meals 24 April - 16 May
W912NS-19-Q-2508 - RTI Catered Meals 24 April-16 May 2019 - Camp Crowder (Neosho, MO) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12... W912NS-19-Q-2508 - RTI Catered Meals 24 April-16 May 2019 - Camp Crowder (Neosho, MO) 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. The solicitation number is W912NS19Q2508 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 722320 with a small business size standard of $7.5 Million. This requirement is a [TOTAL WOSB] set-aside and only qualified offerors may submit a quote. Product Service Code 8940 - Special Dietary Food and Specialty Preparation. All proposals shall reference the RFQ number and shall be submitted by 2:00 P.M central time on 4 April 2019. The anticipated award date is 5 April 2019, no later than 9 April 2019. The following commercial supplies are requested (see enclosed purchase description - PD). Please utilize below Contract Line Item Number (CLIN) when submitting proposal. Please provide individual meal price as well as a total price for each CLIN as well as a total bid price. CLIN 0001: 25 April - 16 May = 4,564 Breakfast meals, serving time 05:15/5:15 A.M. CLIN 0002: 28 April - 12 May = 450 Lunch meals, serving time 11:30/11:30 A.M. CLIN 0003: 24 April - 16 May = 4,605 Dinner meals, serving time 17:30/5:30 P.M. If changes are required post award, it will require a bilateral contract modification pursuant to FAR 52.212-4(c) issued by the Contracting Office within awarded vender's policy provided above. Proposal Submission Instructions: Please submit your quote on a Company Letter Head (include CAGE). All quotes must contain a meal plan/menu. If Caterer is not located within Missouri, vender must provide a detailed plan of execution to explain where food will be stored and prepared. Offeror's questions or quotes shall be electronically submitted by email to sharon.k.lau.civ@mail.mil ATTN: Kris Lau. All quotes shall be submitted by 2:00 P.M. central time on 4 April 2019. Question Submission Deadline: Interested offerors shall submit any questions concerning the combined synopsis/solicitation at the earliest time possible, but no later than 1500/3:00 P.M. central time on 2 April 2019. Questions received after this date and time will only be considered if it is determined by the Contracting Officer to be in the best interest of the Government. Basis of Award: Lowest Price Technically Acceptable. Clause 52.212-2 and 52.212-1 (found in CLAUSES INCORPORATED BY FULL TEXT) provides detailed criteria on how an offeror's quote will be evaluated in order to be determined technically acceptable. The offer with the lowest priced determined to be technically acceptable will receive the award. Technically Acceptable: Quote must clearly reflect the offeror's understanding of the Purchase Description and have adequate past performance. SEE BELOW PROVISION IN FULL TEXT FOR DETAILS. To be considered for award and to be considered technically acceptable the vender is required to be registered in SAM.gov (with NO active exclusions) prior to submitting their quote. Offerors who simply restate the Purchase Description requirements may not be considered technically acceptable. Past performance must demonstrate "recent & relevant" past experience with large scale catering events. Technical Acceptable and Responsive quotes should include: (i) Management & Staffing Plan (See 52.212-2) (ii) Menu (See 52.212-2) (iii) Past Performance (See Below) (iv) Price (See 52.212-2 / Purchase Description) Past Performance: Will be evaluated as part of the RFQ and part of the basis of award. Per FAR 15.101-2 - "If the contracting officer elects to consider past performance as an evaluation factor, it shall be evaluated in accordance with 15.305. If the contracting officer determines that a small business' past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C 637(b)(7)." Past performance evidence should include: (i) Contract number (if applicable) (ii) Description of job (iii) Contract value (iv) Point of Contact (POC) with current e-mail address and telephone number Assigning Ratings: Each quote will receive either an "Acceptable", "Unacceptable", or "Non-Responsive" rating. Each aspect shows what is considered acceptable, unacceptable, or non-responsive. There are multiple aspects that will be considered. Being Unacceptable or Non-Responsive will eliminate the offeror from being considered (eliminated from competition). There are multiple aspects to being considered technically acceptable that require "recent" and "relevant". Recent is defined as not more than two (2) years from the RFQ release date; relevant in terms of similar nature of work, size, and complexity. Recent Assessment. An assessment of any technical aspect will be considered if recent. To be recent, the effort must be ongoing or must have been performed during the past two (2) years from the date of issuance of this solicitation. Information provide in proposal that fails this condition will not be evaluated. To be relevant, the offer must be similar in nature of work, size, and complexity. The Government will conduct an in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to their requirement being procured under this solicitation. Information provided in quotes that fails this condition will not be evaluated. Deliveries shall be made to Camp Crowder in Neosho Missouri 64850-9167. SPECIAL REQUIRMENTS: ALL MEALS TO BE DELIVERED TO THE MISSOURI ARMY NATIONAL GUARD DFAC, LOCATED AT BLDG 751, 890 Ray A. Carver Ave, Camp Crowder, Neosho MO 64850-9167. ABOVE ADDRESS WILL BE A DROP OFF AND PICK UP LOCATION FOR ENTIRE REQUIREMENT. FOOD (AND OTHER) SHOULD BE CAPABLE AND PREPARED FOR TRANSPORTATION BY THE UNIT TO THE LOCATION OF TRAINING. PREPARATION OF THE FOOD TO OCCUR OFF SITE (PROVIDED BY THE VENDOR) AND TRANSPORTED TO THE FACILITY. SERVING WILL BE PROVIDED BY THE UNIT. APPROPRIATE SERVING CUTLERY (SPOONS, LADLES, CARVING KNIVES, TONGS, ETC.) MUST BE PROVIDED. KITCHEN FACILITIES WILL NOT BE AVAILABLE FOR USE IN PREPARTION OF FOOD. FLATWARE / PERSONAL CUTLERY (CUPS, UTENSILS, PLATES, NAPKINS/PAPER TOWELS, SPOONS, ETC.) PROVIDED BY THE UNIT. NOTE: UNIT IS PERFORMING HIGH INTENSITY FIELD TRAINING. REQUIRE A HIGHER QUANTITY OF PORTIONS AND CALORIE INTAKE PER SOLDIER. SEE ATTACHED "PURCHASE DESCRIPTION" FOR ADDITIONAL DETAILS. SEE ATTACHED "CLUASES, PROVISION AND INSTRUCTION" FOR ADDITIONAL DETAILS.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »