The RFP Database
New business relationships start here

FOOD CATERING SERVICES


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

 
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; proposals are being requested and a written solicitation will not be issued.

 

(1) SET ASIDE: This solicitation is 100% set aside for small business; the associated NAICS code is 722511. The small business size standard is $7.50M averaged over the last three years. Size standards will be verified prior to making award by the Contracting Officer.

 

(2) GENERAL:  The purpose of this solicitation is to prepare and deliver hot meals to the 280th SOCS AL, ANG located at the 209 Wallace Drive, 36303-0920 in Dothan, Alabama.

(3) EVALUATION AND AWARD;  In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made to the lowest priced offer that meets the minimum requirement or presents the best value to the government. Offer will be evaluated in accordance with FAR 13.106-2(b).  In accordance with, FAR 52.212-1(b) (4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.  The Government intends to award a Firm Fixed Priced contract as a result of this solicitation.

(4) STATEMENT OF WORK: Reference the attached statement of work entitled Catered Meal Services Statement of Work.

 

(5) PRICE SCHEDULE: CLIN 0001: Prepare Hot Meals and all Option Years

      PRICE SCHEDULE: CLIN 0002: Labor and Delivery and all Option Years

 

(6) TO PROPOSE: Firms shall provide the following:  Provide price per meal for CLIN 0001 and price per labor for CLIN 0002. Est. quantity is 3,300.

 

(7) SITE VISIT:

 

280TH SOCS AL, ALNG

209 Wallace Drive

Dothan, AL  36303-0920

 

A site visit is scheduled 6 May 2016, 11:00 AM Central Standard Time (CST). Interested firms shall email the following information to MSgt. Beverly Shaver (beverly.d.shaver.mil@mail.mil) no later than 2:00 PM CST 4 May 2016:

DFA Form 9 Individual Application for Merchant Pass and DFA Form 11 Company Application for Merchant Pass. 

Upon arrival present a Valid Driver's License, Proof of Insurance, and Vehicle Registration.  Per Federal Acquisition Regulation Clause 52.237-1, Site Visit; Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award.

 

(8) PROPOSAL DUE DATE:  Proposals shall be sent via e-mail to MSgt. Beverly Shaver at beverly.d.shaver.mil@mail.mil  and received no later than 4:30PM Central Standard Time on 17 May 2016. Late proposals will not be accepted. Proposed pricing shall be valid for 30 calendar days.

 

 (9) REQUESTS FOR INFORMATION; Requests for information (RFI's) shall be e-mailed to the Contracting Officer MSgt. Beverly Shaver (beverly.d.shaver.mil@mail.mil) within 4 business days of the solicitation close date.

 

 (10) WAGE DETERMINATION: Service Contract Act wages apply to this acquisition.  Wage Determination Number 2001 - 0032, Revision number 24, Date of revision 12/29/2015.

 

(11) SCHEDULE: Contractor will furnish all food items, cook, deliver, and serve prepared meals to the 280SOCS Hall ANGS, Dothan, AL. All food items must be delivered and available on site and placed in the warmer, cooler or serving line no later than 10:00 a.m. unless otherwise directed.

 

 (12) CENTRAL CONTRACTOR REGISTRATION / WIDE AREA WORK FLOW: The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register all firms must have a Dunn & Bradstreet number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Contractors should submit their Certification and Representations using the online Representations and Certifications (ORCA) at https://orca.bpn.gov/. The successful offeror shall be able to invoice electronically using the process available at Wide Area Workflow https://wawf.eb.mil/. Alternate payment methods are not authorized.

 

(13) PROVISIONS/CLAUSES: The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, effective 31 Jan 2011. Clauses may not be in sequential order.

 

52.204-7 Systems for Award Management

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 Offerors Representation and Certification-Commercial Items

52.212-4 Contract Terms and Conditions-Commercial Items;

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52-219-1 Small Business Representation

52-219-6 Notice of Total Small Business Set-Aside

52.219-28 Post Award Small Business Program Representation;

52.222-3 Convict Labor;

52.222-19 Child Labor - Cooperation with Authorities and Remedies;

52.222-21 Prohibition of Segregated Facilities;

52.222-26 Equal Opportunity;

52.222-36 Affirmative Action for Workers with Disabilities;

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

52.222-55 Establishing Minimum Wage for Contractors

52.223-5 Pollution Prevention and Right-to-Know Information

52.223-18 Contractor Policy to Ban Text Messaging While Driving;

52.225-13 Restrictions on Certain Foreign Purchases;

52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration;

52.237-1 Site Visit

52.237-2 Protection of Government Buildings, Equipment and Vegetation

52.249-4 Termination for Convenience of the Government (Services) (Short Form)

52.253-1 Computer Generated Forms

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirements to Inform Employees of Whistleblower Rights

252.204-7003 Control of Government Personnel Work Product

252.204-7004 Alt A System for Award Management

252.209-7991 (Dev) Rep by Corporations Regarding Unpaid Delinquent Tax or a Felony Conviction

252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials

252.225-7048 Export-Controlled Items

252.232-7003 Electronic Submission of Payment Requests

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more Clauses 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 address: http://farsite.hill.af.mil/

 

 (14) POC: Point of Contact for this acquisition is MSgt. Beverly Shaver, 187th Fighter Wing Base Contracting Office. 

Phone:  334-394-7528

Email: beverly.d.shaver.mil@mail.mil

 

 


Beverly D. Shaver, CONTRACT SPECIALIST, Phone 3343947528, Fax 3343947085, Email beverly.d.shaver.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP