The RFP Database
New business relationships start here

MDARNG 244th Engineer Company Subsistence


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

Solicitation Number: W912K6-19-Q-0015

Notice Type: Combine: Synopsis/Solicitation

Response Date: 02/07/2019 at 10:00 AM EST

Set Aside: Total Small Business

Classification: S- Utilities and Housekeeping Services/S203 - Food Services

NAICS Code: 722- Food Services and Drinking Places/722320 Caterers

Subject: The Maryland Army National Guard requires meals for 175 Soldiers on February 11, 2019 to February 18, 2019 support training in the vicinity of Gunpowder, MD 21010.

Purpose: Maryland Army National Guard (MDARNG) proposes to enter into a Firm-Fixed Price Contract to procure meals for the catering services to provide meals to 175 soldiers from the 244th Engineer Company.

Synopsis:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) 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. Solicitation W912K6-19-Q-0015 is issued as a Request for Quotation (RFQ). The results of this requirement will be a Firm-Fixed Priced (FFP) contract. The right to make no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a 100% small business set-aside. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-101. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. Offer/Bid must be valid for 30 days. The applicable North American Industry Classification Standard (NAICS) code is 722320. The small business size standard is $7.5M. This is a Total Small Business Set Aside.

Contract Type and Evaluation Criteria:
Award will be made to the responsive and responsible offeror that is lowest price technically acceptable (LPTA) to the government. The applicable North American Industry Classification Standard (NAICS) code is 722320. The small business size standard is $7.5M.

The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government.

Site Visit: N/A

Acceptance Criteria: All meals shall be delivered and setup by the timeline designated by the lead unit person-in-charge. First meal date and last meal to be delivered are listed on the SOW.


Notes:
Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided.

The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf

Applicable Clauses/Regulations:

52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/

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/these address (es): http://farsite.hill.af.mil/

52.204-7, System for Award Management.

52.204-13, System for Award Management Maintenance.

52.212-1, Instructions to Offeror -- Commercial applies to this acquisition.

52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price.
Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current.

52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.

52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition.

52.222-50, Combating Trafficking in Persons

52.233-3, Protest after Award.

52.233-4, Applicable law for Breach of Contract Claim.

52.219-6, Notice of Total Small Business Set-Aside

52.219-13, Notice of Set-Aside Orders

52.219-28, Post Award Small Business Program Representation.

52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards

52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.219-28, Post Award Small Business Program Representation.

52.222-3, Convict Labor.

52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for certain Services-Requirements.

52.222-21, Prohibition of Segregated Facilities.

52.222-26, Equal Opportunity.

52.222-36, Affirmative Action for Workers with Disabilities

52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving.

52.225-13, Restrictions on Certain Foreign Purchases.

52.232-33, Payment by Electronic Funds Transfer

52.225-18, Place of Manufacture

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations

52.232-40-Providing Accelerated Payments to Small Business Subcontractors

52.246-16, Responsibility for Supplies

52.247-34, F.O.B. Destination

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7004 Alt A, System for Award Management applies to this acquisition.

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.225-7001, Buy American and Balance of Payments Program

252.225-7048, Export of Controlled Items

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 Payment

252.244-7000, Subcontract for Commercial Items

252.247-7023, Transportation of Supplies by Sea

Site Visit: No site visit required.

Quotes shall be submitted by email to Gilberto Resto, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than February 7, 2019 at 10:00 AM EST. Quotes shall be clearly marked RFQ W912K6-19-Q-0015. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ.

Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Gilberto Resto at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than January 28, 2019 by 5:00 PM EST. Questions not received within the allowable time may not be considered.


Point of Contact:


USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil.


Contracting Office Address:

USP&FO for Maryland,
Purchasing and Contracting Division
301 Old Bay Lane
State Military Reservation
Havre de Grace, Maryland 21078-4003
United States

Primary Point of Contact:
Gilberto Resto
Contract Specialist
ng.md.mdarng.list.uspfo-arpc@mail.mil



ATTACHMENTS:
1. Scope of Work


Gilberto Resto, Email ng.md.mdarng.list.uspfo-arpc@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP