Delaware Bids > Bid Detail

Meals for Training FY23 - Bethany Beach Delaware

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159927861316580
Posted Date: Oct 5, 2022
Due Date: Oct 17, 2022
Solicitation No: W912L523Q0002
Source: https://sam.gov/opp/138baca3d3...
Follow
Meals for Training FY23 - Bethany Beach Delaware
Active
Contract Opportunity
Notice ID
W912L523Q0002
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 05, 2022 05:03 pm EDT
  • Original Date Offers Due: Oct 17, 2022 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 01, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722320 - Caterers
  • Place of Performance:
    Bethany Beach , DE 19930
    USA
Description

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.



The solicitation number assigned to this action is W912L5-23-Q-0002. 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 722320 Caterers, with a size standard of $7.5 Million, PSC code S203 Food Services. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2022-08. 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 34 service members from 10/24/2022 – 11/17/2022 (24 days) 1 JB



02 Meals for 17 service members from 01/09/2023 – 02/18/2023 (39 days) 1 JB



03 Meals for 34 service members from 02/27/2023 – 03/23/2023 (24 days) 1 JB



04 Meals for 17 service members from 04/11/2023 – 05/06/2023 (25 days) 1 JB



05 Meals for 34 service members from 06/05/2023 – 06/29/2023 (24 days) 1 JB



06 Meals for 17 service members from 07/10/2023 – 08/19/2023 (39 days) 1 JB



07 Meals for 34 service members from 08/28/2023 – 09/21/2023 (24 days) 1 JB













LINE-ITEM SPECIFICS:



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



**There are multiple days when a meal is not served, see PWS for details.



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 amy.l.kline.civ@army.mil or to SAM.gov.





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 (quote FOB Destination); (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 under company letterhead, with SAM UEI number, Company Name, Address and POC included. Must provide a sample menu. The Contracting Officer will evaluate equal products on the basis of 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/



The following provisions are included by reference for the purposes of this combined synopsis/solicitation:



52.204-16 Commercial and Government Entity Code Reporting;



52.204-22 Alternative Line Item Proposal;



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



52.212-1 Instructions to Offerors -Commercial Items;



52.212-2 Evaluation- Commercial Items



52.212-3 Alt 1 Offerors Representations and Certifications- Commercial Items;



252.203-7005 Representation Relating to Compensation of Former DoD Officials;



252.204-7011 Alternative Line Item Structure;



252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations;



252.225-7031 Secondary Arab Boycott of Israel;



252.225-7000 Buy American--Balance of Payments Program Certificate;



252.225-7035 Buy American--Free Trade Agreements--Balance of Payments





The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order:



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements;



52.204-9 Personal Identity Verification of Contractor Personnel



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



52.204-18 Commercial and Government Entity Code Maintenance;



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;



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 (Dev,);



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 Equal Opportunity for Workers With Disabilities;



52.222-41 Service Contract Labor Standards



52.222-42 Statement of Equivalent Rates for Federal Hires



52.222-50 Combating Trafficking in Persons;



52.222-55 Minimum Wages Under Executive Order 13658



52.222-62 Paid Sick Leave Under Executive Order 13706



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



52.225-13 Restrictions on Certain Foreign Purchases;



52.226-6 Promoting Excess Food Donation to Non-Profit Organizations



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



52.233-3 Protest after Award;



52.237-2 Protection of Government Buildings, Equipment, and Vegetation



52.233-4 Applicable Law for Breach of Contract Claim



52.252-2 Clauses Incorporated by Reference;



52.252-6 Authorized Deviations in Clauses;



252.203-7000 Requirements relating to Compensation of Former DoD Officials;



252.203-7002 Requirement to Inform Employees of Whistleblower Rights;



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting;



252.204-7015 Disclosure of Information to Litigation Support Contractors;



252.211-7003 Item Unique Identification and Valuation;



252.223-7008 Prohibition of Hexavalent Chromium;



252.225-7001 Buy American and Balance of Payments Program;



252.225-7048 Export-Controlled Items;



252.225-7056 Prohibition regarding Business Operations with the Maduro Regime;



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;



252.232-7017 Accelerating Payments to Small Business Subcontractors – Prohibition on Fees and Consideration;



252.244-7000 Subcontracts for Commercial Items;



252.247-7023 Transportation of Supplies by Sea;


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
  • Oct 05, 2022 05:03 pm EDTCombined 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 >