Federal Bid

Last Updated on 20 Jan 2023 at 8 PM
Combined Synopsis/Solicitation
Westfield Massachusetts

Catered Meals Feb 23

Solicitation ID W50S81-23-R-0002
Posted Date 20 Jan 2023 at 8 PM
Archive Date 11 Feb 2023 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7ne Uspfo Activity Maang 104
Agency Department Of Defense
Location Westfield Massachusetts United states 01085

(i) This is a combined synopsis/solicitation for commercial products or commercial 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. 

(ii) W50S81-23-R-0002 is issued as a request for proposal (RFP). 

(iii) This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2023-01. 

(iv) This requirement is set-aside for small business under NAICS 561920 and the size standard is $12 Million. The PSC is S203. 

(v) Contract line item numbers (CLIN): 

CLIN 0001 - QTY 1 - UNIT OF ISSUE JOB – Saturday 4 Feb 2023, Per PWS   

CLIN 0002 – QTY 1 – UNIT OF ISSUE JOB – Sunday 5 Feb 2023, Per PWS

(vi) See attached performance work statement, dated 20 January 2023, for description and specifications of requirements.  

(vii) The anticipated Period of Performances for this contract will start 4 Feb 2023 through 5 Feb 2023 at Barnes Air National Guard Base, Westfield, MA 01085. 

Quotations shall include a price for each CLIN

(viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Services, applies to this acquisition and addendum 52.212-1 applies.

***Addendum to FAR 52.212-1***

The Offeror shall submit in addition to the pricing sheet the following items.   

  1. The Offeror shall their two most recent local health inspections.
  2. The Offeror shall provide the onsite supervisor’s ServSafe Food Protection Manager certificate.
  3. Proposed menu, or if the same stated in the submission.
  4. Detailed information on Quality Assurance and equipment that will be used to transport prepared food to keep it at temperature.

(ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition:  

(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: 

BASIS FOR AWARD: The Contracting Officer may only award a contract to a responsive, responsible Offeror whose proposal conforms to the requirements of this solicitation and offers the best overall value to the Government. Any Offeror's proposal that merely offers to perform work according to the terms of the solicitation or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive.

The evaluation shall be conducted utilizing Simplified Acquisition Procedures. In accordance with FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer intends to conduct comparative evaluations of offers. The Government also intends to evaluate responses and award without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

The Factors that shall be used to determine Best Value are Technical and Price

Non-price factors are approximately equal in importance as price. As such, the Government may award to other than the lowest price or most highly evaluated technical proposal.

These factors are further described below:

  1. Technical:

    1.  The Offeror shall their two most recent local health inspections.  Those with a higher rating on their local health inspections will be rated higher then those with a lower health inspection rating.
    2. The Offeror shall provide the onsite supervisor’s ServSafe Food Protection Manager certificate:  Those with a current valid certificate will be rated higher then those that do not yet have their certificate.
    3. Proposed menu, or if the same stated in the submission. Review of the menu to ensure it meets the requirements as outlined in appendix A, higher ratings will be provided for those that can meet the menu with no changes.
    4. Detailed information on Quality Assurance and equipment that will be used to transport prepared food to keep it at temperature.  Review of the proposed plan is to ensure that the vendor will be able to meet the safety requirements for handling the food, and will maintain proper food safety at all times.  Those that illustrate compliance with the regulations will be rated higher.

  1. Price:

The Government will evaluate the pricing proposed by the Offeror for fairness and reasonableness based upon pricing received from other Offerors, as well as in compliance with published per diem rates as outlined by GSA.  Prices for either meals or lodging that are above the per diem will not be considered.   Current rates can be found for event location on the GSA website:  https://www.gsa.gov/travel/plan-book/per-diem-rates

(b) Options. Are not applicable to this contract action

(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)

(x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Jan 2017), applies to this acquisition.  Offeror shall complete the annual representations and certifications electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov prior to contract award.   

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services, applies to this acquisition. 

(xiii)  The following Provisions and clauses apply to this acquisition are incorporated by full text:  Reference attached Provisions and Clauses

(xiv) The Defense Priorities and Allocation System (DPAS) rating for this contract is not rated.

(xv) Please include UEI and Cage Code in the quote.  Quotes shall be valid for at least 30 days.  Quotes are due back to Sarah Sinclair via email only at [email protected] by 27 January 2023 at 2:00 P.M.

(xvi) If there are any questions regarding this acquisition, please e-mail [email protected].  

Service Contract Act Wage Determination #2015-4095 Rev. #23, dated Dec 27, 2022 applies to this solicitation .

Bid Protests Not Available

Similar Past Bids

Hermiston Oregon 27 Nov 2019 at 5 PM
Hermiston Oregon 06 Jan 2021 at 1 AM
Annville Pennsylvania 28 Dec 2022 at 4 PM
Jericho Vermont 01 Dec 2023 at 8 PM
Jericho Vermont 07 Dec 2023 at 5 PM

Similar Opportunities

Leesburg Virginia 05 Nov 2025 at 6 PM
Annville Pennsylvania 14 Jul 2025 at 1 PM
Johnston Iowa 18 Jul 2025 at 3 PM
Colorado springs Colorado 14 Sep 2025 at 4 AM (estimated)
Location Unknown 17 Jul 2025 at 7 PM