The RFP Database
New business relationships start here

Food Lunch


Connecticut, 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 items prepared in accordance with the format 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 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This solicitation number W91ZRS-17-Q-F010 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for food. This request is due by 19 May 2017. (Eastern Time). This solicitation is 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 311991 - All Other Miscellaneous Food Manufacturing.

Instructions to Offerors
1. All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@mail.mil. Questions must be submitted No Later Than 12 May 2017.
2. All quotes are due no later than end of business day eastern time, 19 May 2017. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to leslie.a.fedler.civ@mail.mil.
a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time.
Basis For Award
Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The order of importance is location, Price, technical, and past performance in that order
Location --- where are you from the delivery location / how fast can you get the food there
Price must be reasonable
Technical must meet or exceed performance work statement
Past performance is must be responsible --- history with the Government and/or on the internet
Sam's Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov.
Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/.
Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer.
Performance Work Statement
Prepared meals to be dropped off at 139 Tower Ave, Groton, CT 05340. For the period of 22 July thru 05 August. It will be lunch only. All meals will be dropped off by 11:30 a.m.


You will not serve them or clean up. We will need paper goods (example forks, napkins, cups, etc.) and all serving utensils to be provided.


They will only receive the meals from the menu: (There is no changing the menu.)
Email leslie.a.fedler.civ@mail.mil for copy of menu.


Quantity is not guaranteed. This is for feeding people in training. The numbers could change as time goes on and food consumption will differ. We can add or subtract the delivery order. Most of the time is it subtraction. Need to know your policy on changing or cancelling food count.


What is your process for bad food or missing food? Please put your process in your quote. This food needs to be replaced immediately. How long will it take you to bring the food to the delivery location?


Provide a quote price per meal. Example lunch is $2.00 per meal. Also give a complete list of food being ordered along with the price. I have to make sure everything is being ordered.


If all of the above information is not received along with the quote. It will be considered non-responsive.


The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items (DEVIATION 2013-O0019) (APR 2015) ALTERNATE II (APR 2015); FAR 52.219-6, Notice of Small Business Set - Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer's Representative; DFARS; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III , Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.


Leslie A Fedler, Email leslie.a.fedler.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP