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, W912LP-18-Q-6000, 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) 2005-97, effective 24 Jan 2018. This procurement is Set-Aside 100% for Small Business. The NAICS code is 311991 and the small business size standard is 500 employees. Basis for award is Price. The government may issue multiple awards from this solicitation if it is determined to be in the best interest of the government. The following commercial items are requested in this solicitation:
Line Item 0001. Catered Breakfast Meals to be delivered to DFAC 4 (Bldg. 4574).
Line Item 0002. Catered Dinner Meals to be delivered to DFAC 4 (Bldg. 4574).
Line Item 0003. Catered Breakfast Meals to be delivered to S53 (Bldg. 1375).
Line Item 0004. Catered Dinner Meals to be delivered to S53 (Bldg. 1375).
Line Items 0001 - 0004 shall be provided in accordance with Attachment #1, Catered Meals Requirements Statement. Menus and quantities (headcounts) are provided within Attachment #1. The government prefers that all meals of the same type (breakfast or dinner) be priced the same, regardless of menu.
The following provisions are incorporated into this solicitation by reference:
FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services
FAR 52.212-1, Instructions to Offerors - Commercial
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations
DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons
DFARS 252.225-7050, Disclosure of Ownership by the Government of a Country that is a State Sponsor of Terrorism
The following clauses are incorporated into this solicitation by reference:
FAR 52.203-3, Gratuities
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program
DFARS 252.225-7048, Export Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.)
FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate
DFARS 252.247-7022, Representation of Extent of Transportation by Sea
The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
In accordance with FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services, contractors are hereby notified that the following products are available from the National Industries for the Blind through the AbilityOne Program: Paper cups, paper plates, napkins. Ordering instructions for these products can be found at https://www.abilityone.com/OA_HTML/xxnib_ibeCCtpSctDspRte.jsp?section=11596&sitex=10040:22372:US.
Vendors shall submit questions related to this combined synopsis/solicitation not later than 11:00 a.m. on 27 February 2018. Questions may be directed to Ms. Vicky Williams, Contracting Officer, at (515) 252-4615, e-mail vicky.l.williams10.mil@mail.mil or Mr. Mark Thompson, Supervisory Contracting Officer, at (515) 252-4248, e-mail mark.l.thompson10.mil@mail.mil.
Vendors shall submit quotations by completing Attachment #3, Pricing Sheet. Quotations are due at 11:00 a.m. on Monday, March 2, 2018. Quotations may be submitted via e-mail to Ms. Vicky Williams at vicky.l.williams10.civ@mail.mil or faxed to (515) 252-4617 (e-mail is preferred).
Vicky L. Williams, Contracting Officer, Phone 5152524615, Email vicky.l.williams10.civ@mail.mil - Mark Lowell Thompson, Supervisory Contract Specialist, Phone 5152524248, Fax 5152524617, Email mark.l.thompson10.mil@mail.mil