The RFP Database
New business relationships start here

Catered meals for the Missouri Air National Guard in Caruthersville and Charleston, Missouri


Missouri, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial non personal services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included within this notice. The solicitation number is W912NS-17-Q-5002 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 722320 with a small business size standard of $7,500,000.00. This announcement should be considered set-aside 100% for Small Businesses. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database (SAM, http://www.sam.gov Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration). You will not be eligible to receive an award if you are not registered in Wide Area Workflow (WAWF). The following commercial non personal services are requested in this combined synopsis/solicitation:


Scope/Deliverables.
Contractor Responsibilities: The Contractor shall provide well balanced nutritious meals for Missouri Air National Guard attending Individual Readiness Training (IRT) in Caruthersville and Charleston, Missouri. The Contractor is responsible for meal planning, preparation, supplying meals to locations at set times, and clean-up.


PLEASE SEE ATTACHED STATEMENT OF WORK FOR MEAL SCHEDULE


Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: price; technical acceptability.


Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within the System for Award Management (SAM) found at http://www.sam.gov . THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value.



CONTRACTOR MANPOWER REPORTING
The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/.


The required information includes:
(1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative
(2) Contract number, including task and delivery order number
(3) Beginning and ending dates covered by reporting period
(4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data
(5) Estimated direct labor hours (including sub-contractors)
(6) Estimated direct labor dollars paid this reporting period (including sub-contractors)
(7) Total payments (including sub-contractors)
(8) Predominant Product Service Code (FPSC) reflecting services provided by contractor (and separate predominant PSC for each Sub-contractor if different) PSC CODE IS S203
(9) Estimated data collection cost
(10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information)[FA6251]
(11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website)
(12) Presence of deployment or contingency contract language
(13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country).


As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year.


Additionally the following FAR Clauses and Provisions apply to this acquisition:
52.203-3 Gratuities
52.203-6 Alt I Restrictions on Subcontractor Sales to the Government-Alternate I
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Code Maintenance
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Alt I Offeror Representations and Certification - Commercial Items Alt I
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items,
52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data
52.219-1 Small Business Program Representations
52.219-14 Limitations on Subcontracting
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Act of 1965
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 Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance-Work on a government Installation 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award 52.237-2 Protection of Government Buildings, equipment and Vegetation 52.237-11 Accepting and Dispensing of $1 Coin 52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses


Applicable DFARS Clauses and Provisions included:
252.201.7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DOD Officials
252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION)
252.204-7004 Alt A, System for Award Management Alt A 252.204-7008 (DEV) Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternate Line-Item Structure 252.204-7012 (DEV) Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Act - Balance of Payments Program Certificate
252.225-7001 Buy American and Balance Of Payments Program Alt.1 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 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 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items
252-247-7023 Transportation of Supplies by Sea


Payment Terms. WAWF will be the mandatory payment vehicle for this acquisition; electronic funds transfer to banking information registered with SAM/Cage Code. The submission will be "INVOICE/RECEIVING REPORT COMBO". WAWF registration and online invoicing is now required. Standard payment terms are Net 30 unless a discount is offered. Every effort will be made to expedite payment to small businesses. FAR Part 32.1110 - Solicitation Provision and Contract Clauses, FAR Clause 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management.



Delivery Terms/Place of Performance.
Baptist Church
301 South Main
Charleston, MO 63834


Eastwood Memorial UMC
512 Ward Avenue
Caruthersville, MO 63830


U.S. Dept of Labor Wage Determinations apply to this contract and can be downloaded at https://www.wdol.gov . The wage determinations for this action are as follows: Caruthersville MO, Pemiscot County, WD 15-5101 (Rev.-1) was first posted on www.wdol.gov on 03/21/2017.
Charleston MO, Johnson County, WD 15-5101 (Rev.-1) was first posted on www.wdol.gov on 03/21/2017.


Submission. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, CAGE Code, business size and designations, and the contractor must remit a completed copy of the Offeror Representations and Certifications - Commercial Items (FAR Clause 52.212-3). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov.


Part (b) states:
1) Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website.
2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________.


The government will not accept incomplete proposals/quotations. Offers will be evaluated on technical acceptability and price for the overall best value. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value.


Period of Acceptance for Offerors. The Offeror agrees to hold its offer firm for a period of 60 calendar days from the date specified for receipt of offers, unless subsequent time period is stated in an addendum to the solicitation.


Response. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1500 CST 4 Apr 2017. Quotes can be emailed to dennis.a.white.22.mil@mail.mil and marian.e.gossmeyer.mil@mail.mil . Offers received after this date and time will be considered as late submissions in accordance with FAR Clause 52.212-1(f) - Instructions to Offerors - Commercial Items, and will not be evaluated or considered. Please refer any questions to the above at dennis.a.white.22.mil@mail.mil.


 


 


Contracting Office Address:
1 Grant RD
Jefferson Barracks
Saint Louis MO, 63125
United States


Primary Point of Contact:
MSgt Dennis A. White
dennis.a.white.22.mil@mail.mil
(314) 527-8033


Alternate Point of Contact:
SSgt Marian E. Gossmeyer
Marian.e.gossmeyer.mil@mail.mil
(314) 527-8034


 


 


 


 


Dennis A. White, Contracting Officer, Phone 3145278033, Email dennis.a.white22.mil@mail.mil - Marian Gossmeyer, Contract Specialist, Phone 314-527-8034, Email marian.e.gossmeyer.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP