Delaware Bids > Bid Detail

RTI FOOD SERVICE CONTRACT

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159490062674783
Posted Date: Dec 11, 2023
Due Date: Dec 21, 2023
Source: https://sam.gov/opp/ea304f6c44...
Follow
RTI FOOD SERVICE CONTRACT
Active
Contract Opportunity
Notice ID
W912L524Q0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M0 USPFO ACTIVITY DE ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 11, 2023 03:29 pm EST
  • Original Date Offers Due: Dec 21, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722310 - Food Service Contractors
  • Place of Performance:
    Bethany Beach , DE 19930
    USA
Description

DELAWARE ARMY NATIONAL GUARD (DEARNG)



RTI FOOD SERVICE CONTRACT



This is a combined synopsis/solicitation for commercial items/services 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.



The solicitation number assigned to this action is W912L5-24-Q-0006. This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the USPFO, New Castle, DE 19720. This solicitation is being set aside for small businesses only. The applicable North American Industry Classification System (NAICS) code is 722310 Food Service Contractors, with a size standard of $47 Million, PSC code S203 Food Services. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2024-01, effective 20231114. Award will be made based on overall best value to the government.



The selected vendor shall provide all materials, labor, and technical expertise necessary to complete this award. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, Offerors should submit their best offer up. Do not assume you will be able to revise your offer.





Items Required:



Line Description Quan. Unit



01 Meals for 16 service members from 01/08/2024 – 02/17/2024 (40 days) 1 JB



02 Meals for 32 service members from 03/04/2024 – 03/28/2024 (25 days) 1 JB



03 Meals for 32 service members from 04/08/2024 – 05/02/2024 (25 days) 1 JB



04 Meals for 16 service members from 04/08/2024 – 05/18/2024 (40 days) 1 JB



05 Meals for 32 service members from 06/03/2024 – 06/27/2024 (25 days) 1 JB



06 Meals for 30 service members from 06/24/2024 – 07/08/2024 (15 days) 1 JB



07 Meals for 16 service members from 07/15/2024 – 08/24/2024 (40 days) 1 JB



08 Meals for 32 service members from 08/26/2024 – 09/19/2024 (25 days) 1 JB





LINE-ITEM SPECIFICS:



See attached excel spreadsheet and Performance Work Statement for CLIN information and meal specifications.



Any quote not received by the required deadline will be dismissed and not considered for award. Vendor must submit quotes in writing before the deadline to nyron.cameron@us.af.mil and amy.l.kline.civ@army.mil.





SUBMISSION GUIDELINES:



Submitted quote must include the following: (1) the solicitation number; (2) the name, address, and telephone number of the offeror; (3) the price and discount terms; (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted using the attached excel spreadsheet with a cover letter under company letterhead, with SAM UEI number, Company Name, Address and POC included. Must provide a sample menu and include any subcontractor information, if needed. The Contracting Officer will evaluate equal products based on information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a SAM UEI number or CAGE code, please visit https://www.sam.gov. Lack of current registration in the SAM database will make an offeror ineligible for award.



The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: https://www.acquisition.gov/





BASIS FOR CONTRACT AWARD: (Addendum to 52.212-2)



Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided:



a. The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, with price, technical, and past performance factors being considered. Offerors should propose their best solution. to meet the stated requirements.



b. The following factors shall be used to evaluate quotations:



1. Price



2. Technical Capability



c. Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(l), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible, responsive, and represents the best value to the government based on selection of the lowest evaluated price that is deemed technically acceptable. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required as defined above. To be rated "technically acceptable" the offer must have an "acceptable" rating in the Technical Factor. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. Additionally, info offers are rated technically acceptable, the CO has reserved the right to cancel the Solicitation in lieu of conducting discussions. In this case, the Government is under no obligation to release a new Solicitation.



EVALUATION FACTORS:



PRICE EXHIBIT



a. A quotes Total Evaluated Price (TEP) will be determined by the sum of all separately priced CLINs as presented on the combined synopsis/solicitation. If separate CLIN prices AND a TEP (as applicable) are not included, not clearly stated, miscalculated and/or not understandable, the offer will be rejected as non-responsive.



TECHNICAL EXHIBIT



a. Each technical factor will be evaluated on an acceptable/unacceptable basis and assigned a rating on whether the quote meets the solicitation requirements. Extra credit will not be assigned for exceeding the acceptable/ unacceptable criteria. A rating of "Acceptable" will be required in the factor to be eligible for award.



b. Technical Acceptable/Unacceptable Ratings



1. Rating Description:



Acceptable: Quote meets the requirements of the solicitation.



Unacceptable: Quote does not meet the requirements of the solicitation.



c. Technical Factor 1



1. Description: Specifications Compliance



2. Measure of Merit: Technical Acceptability will be based on the offeror providing sufficient explanation/documentation to demonstrate their ability to conform to the requirements of the PWS. Failure to comply with the PWS will result in a Technically Unacceptable rating. Quotes that receive a technically unacceptable rating will not be consider for award.




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR DEARNG DO NOT DELETE BLDG 2821 2600 SPRUANCE DR
  • NEW CASTLE , DE 19720-1615
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 11, 2023 03:29 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >