Michigan Bids > Bid Detail

Catered Meal Services for 1225/1-119/1-182/1460TC

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159114303649186
Posted Date: Mar 6, 2023
Due Date: Mar 20, 2023
Solicitation No: W912JB-23-Q-0051
Source: https://sam.gov/opp/5adc1e51e5...
Follow
Catered Meal Services for 1225/1-119/1-182/1460TC
Active
Contract Opportunity
Notice ID
W912JB-23-Q-0051
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NF USPFO ACTIVITY MI 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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 06, 2023 12:27 pm EST
  • Original Date Offers Due: Mar 20, 2023 12:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 04, 2023
  • 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:
    Grayling , MI 49738
    USA
Description

This is a combined synopsis/solicitation for catering services performed in accordance with the format in Subpart 12.6, simplified acquisition procedures in part 13, and as supplemented with additional informationincluded in this notice. This announcement constitutes the only solicitation being requested. A written solicitation will not be issued.



The solicitation number is W912JB-23-Q-0051. This solicitation is issued as a request for quotation (RFQ). This solicitation document and its incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-01. This requirement is 100% set-aside for Total Small Business firms. The associated NAICS code is 722320 and the size standard is $8,000,000.00.



This requirement will be issued as a firm fixed price contract. Please refer to Attachment A – PWS for performance requirements in reference to the catered meal service. Place and Performance of Services: The 1225 CSSB, 1-119 FAR, 1-182 FAR and 1460 TC will be conducting training at CGJMTC in Grayling MI, 49739. They will require food service contract for breakfast meals and dinner meals between the dates of 13-16 April 2023. For specific days, quantities of meals, and time of meals served, procedures shall be addressed in the areas identified in Technical Exhibit (TE) 2 Deliverables Schedule.



SYSTEM FOR AWARD MANAGEMENT (SAM). The prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the time of award.



Quotation Preparation Instructions. Refer to the Solicitation Clauses for 52.212-1 Instructions to Offerors for further instructions. Each electronic file shall be clearly named in accordance with the solicitation provisions. Quotes will be considered late unless the Offeror completes the entire submission of the quote before the closing date and time for receipt of quotes under this solicitation.





CLIN ITEM QTY U/M



0001 Catered Meal Service – Breakfast 1341 EA



Contractor shall provide all supplies, labor, tools, and supervision necessary to provide catering services at 3 feeding DFACs, Building 631M-N, 631M-S and 540MA, from 13 April 2023 – 16 April 2023. Contractor shall provide all food supplies and raw subsistence. Meals include hot breakfast meals to be served buffet styleto go p[l and to go containers are to be provided for remote feeding for personnel staying at CGJMTC. The contractor shall deliver all meals to CGJMTC no later than 0630 hours (local time) for breakfast meals outlined in the contract. The contractor shall serve all meals in the prescribed times outlined in technical exhibit 2.



0002 Catered Meal Service – Dinner 1661 EA



Contractor shall provide all supplies, labor, tools, and supervision necessary to provide catering services at 3 feeding DFACs, Building 631M-N, 631M-S and 540MA, from 13 April 2023 – 16 April 2023. Contractor shall provide all food supplies and raw subsistence. Meals include hot dinner meals to be served buffet style and to go containers are to be provided for remote feeding for personnel staying at CGJMTC. The contractor shall deliver all meals to CGJMTC no later than 1700 hours (local time) for dinner meals outlined in the contract. The contractor shall serve all meals in the prescribed times outlined in technical exhibit 2.





Quote Content/Pricing. Quotes must be firm fixed price and valid for a minimum of 30 days. The prospective offeror must include a detailed sample menu describing the meals offered per day, per meal and Capability Statement. Quotes may be unacceptable if submitted without sample menus in accordance with this request for quote. Late quotes may not be eligible for award. Quote submission must be completed by the date and time indicated in section (Quote Preparation instructions). Please note: As applicable, these submission instructions will also apply to any future correspondence related to this solicitation.



Errors, Omissions, or Ambiguities. If an Offeror believes the solicitation, including the Performance Work Statement contains an error, omission, or ambiguity, or is otherwise unsound, the Offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes.



False Statements in Offers. Offerors must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.



Delivery, Inspection, and Acceptance / Invoice Information. Delivery, Inspection and Acceptance shall be at the Camp Grayling Joint Maneuver Training Center (CGJMTC), Building 631M, Grayling MI, 49739. Net 10 days, FOB Destination. All Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil/).



Questions and Amendments. Answers to questions will be provided to all prospective Offerors. In order to receive responses to questions, please send them directly to milagros.isabelbaez.civ@army.mil & copy the P&C Mail Box: ng.mi.miarng.list.uspfo-pc@army.mil no later than March 17, 2023 @12:30 PM Eastern Standard Time. Questions shall be submitted in Microsoft Word document via email. Offerors are reminded that the Government will not address any hypothetical questions aim toward receiving a potential “evaluation decision” from the Government. It is the vendor’s responsibility to monitor this site for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror’s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ.



Evaluation/Basis for Award. The Government will issue one 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 following factors shall be used to evaluate offers:



The government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. Best value will be determined by evaluating price, past performance, and technical approach. Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable. Technical capability will be rated as acceptable or unacceptable. All evaluation factors are approximately equal.



Award may be made without discussions or clarifications and may be awarded based on the information of submitted quote as written. Therefore, vendor must provide complete information in the package for the Government to determine the best value. The Government reserves the right to request minor clarifications. However, the Government may award without requesting clarification or without discussions.



Applicable Solicitation Provisions and Clauses Incorporated. The following clauses will be included in the award (details can be located on www.acquisition.gov):



FAR: 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements, 52.204-7 System for Award Management, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.212-3 Offeror Representations and Certifications -- Commercial Items Deviation 2023-O0002, 52.212-4 Contract Terms and Conditions – Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes Executive Orders—Commercial Items, 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, 52.232-18 Availability of Funds, 52.232-33 Payment by Electronic Funds Transfer System for Award Management, 52.232-39 Limitation on Withholding of Payments, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-3 Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.246-4 Inspection of Services -Fixed Price, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses.



DFARS: 252.201-7000 Contracting Officer's Representative, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors, 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation, 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment Services-Representation, 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment Services, 252.225-7048 Export-Controlled Items, 252.225-7055 Representation Regarding Business Operations with the Maduro Regime, 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





Clauses and Provisions Included In the Solicitation in Full Text:



52.212-1 Instructions to Offerors -- Commercial Items



(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (Request for Quote). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is $8,000,000.00.



(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the RFQ, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show --



(1) The solicitation number;



(2) The time specified in the solicitation for receipt of offers;



(3) The name, address, and telephone number of the offeror;



(4) 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;



(5) Terms of any express warranty;



(6) Price and any discount terms;



(7) “Remit to” address, if different than mailing address;



(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);



(9) Acknowledgment of Solicitation Amendments;



(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and



(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.



(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during pre-award testing.



(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.



(f) Late submissions, modifications, revisions, and withdrawals of offers.



(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 12:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.



(2)



(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and—



(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or



(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or



(C) If this solicitation is a request for proposals, it was the only proposal received.



(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.



(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.



(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.



(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.



(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.



(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.



(i) Availability of requirements documents cited in the solicitation.



(1)



(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--



GSA Federal Supply Service Specifications Section



Suite 8100



470 L’Enfant Plaza, SW



Washington, DC 20407



Telephone (202) 619-8925)



Facsimile (202 619-8978).



(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.



(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites--



(i) ASSIST (https://assist.dla.mil/online/start/ ).



(ii) Quick Search (http://quicksearch.dla.mil/).



(iii) ASSISTdocs.com (http://assistdocs.com).



(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by—



(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm );



(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or



(iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462.



(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.



(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.



Class Deviation 2018-O0018—Micro-Purchase Threshold, Simplified Acquisition Threshold, and Special Emergency Procurement Authority. Effective August 31, 2018. This deviation remains in effect until it is incorporated into the FAR or DFARS, or otherwise rescinded



(j) Unique entity identifier. (Applies to all offers exceeding the micro-purchase threshold and offers at any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) * * *



(k) Reserved.



(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:



(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.



(2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror.



(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.



(4) A summary of rationale for award;



(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.



(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether sourceselection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.



(End of Provision)





52.212-2 Evaluation -- Commercial Items.



As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:



Evaluation -- Commercial Items (Oct 2014)



(a) 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 following factors shall be used to evaluate offers:



The Government intends to award to the quote that presents the best value to the government. Price will be evaluated, along with technical capability and Past Performance Information. The awardee must not have negative or adverse information on FAPIIS or SPRS in the last three years. Technical capability and past performance will be rated as Acceptable or Unacceptable. The Government intends to award to the vendor that meets or exceeds the technical specifications listed and meets the provisions of the solicitation. The Government may award to other than the lowest price quote. The perceived benefits of the higher priced quote may merit the additional cost. Negative or adverse action in FAPIIS or SPRS in the last three years may render your quote unacceptable.



Technical and past performance, when combined, are approximately equal in accordance with FAR: 15.304



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)





252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation



Include the following provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Consolidated Appropriations Act, 2021 (Pub. L. 116-260), or any other Act that extends to fiscal year 2021 funds the same prohibitions as contained in section 8116, division C, title VIII, of the Consolidated Appropriations Act, 2021 (Pub. L. 116-260).



PROHIBITION ON CONTRACTING TO MAINTAIN OR ESTABLISH A COMPUTER NETWORK UNLESS SUCH



NETWORK IS DESIGNED TO BLOCK ACCESS TO CERTAIN WEBSITES—REPRESENTATION (DEVIATION 2021-



O0003) (APRIL 2021)



(a) In accordance with section 8116 of Division C of the Consolidated Appropriations Act, 2021 (Pub. L. 116260), or any other Act that extends to fiscal year 2021 funds the same prohibitions, none of the funds appropriated (or otherwise made available) by this or any other Act for DoD may be used to enter into a contract to maintain or establish a computer network unless such network is designed to block access to pornography websites. This prohibition does not limit the use of funds necessary for any Federal, State, tribal, or local law enforcement agency or any other entity carrying out criminal investigations, prosecution, or adjudication activities, or for any activity necessary for the national defense, including intelligence activities.



(b) Representation. By submission of its offer, the Offeror represents that it is not providing as part of its offer a proposal to maintain or establish a computer network unless such network is designed to block access to pornography websites.





(End of provision)



(End of Solicitation)


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MIARNG DO NOT DELETE 3423 N MARTIN LUTHER KING BLVD
  • LANSING , MI 48906-2934
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 06, 2023 12:27 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 >