The selected vendor shall provide all materials, labor, transportation, installation 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 front. Do not assume you will be able to revise your offer.
ITEM(S) REQUIRED:
Line Description Dates Meals Quan Un. of Issue
1 Breakfast (19 Individuals) 08JAN-20JAN2018 / 22JAN-03FEB2018 494 1 Job
2 Lunch (19 Individuals) 08JAN-20JAN2018 / 22JAN-03FEB2018 494 1 Job
3 Dinner (19 Individuals) 08JAN-20JAN2018 / 22JAN-03FEB2018 494 1 Job
LINE ITEM SPECIFICS:
Place of Performance: Bethany Beach Training Site, 163 Scannell Blvd, Bethany Beach, DE 19930.
Period of Performance: 08JAN-20JAN2018 and 22JAN-03FEB2018. There is a one day break on 21JAN2018.
Delivery Times: Vendor shall coordinate with the POC to establish arrival times, serving times, and finalize menu preparations.
Meals shall meet the Army Food Program standards as prescribed in AR 30‐22. Meals are to be prepared off‐site, delivered to the destination address, served to individuals, and clean‐up shall be required.
See Statement of Work for further detail.
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 DUNS number, Company Name, Address and POC included. 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 DUNS 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: http://farsite.hill.af.mil.
The following provisions are included for the purposes of this combined synopsis/solicitation:
52.204‐16 Commercial and Government Entity Code Reporting;
52.204‐22 Alternative Line Item Proposal;
52.212‐1 Instructions to Offerors ‐Commercial Items;
52.237‐1 ‐‐ Site Visit;
252.203‐7005 Representation Relating to Compensation of Former DoD Officials;
252.204‐7011 Alternative Line Item Structure;
252.225‐7031 Secondary Arab Boycott of Israel;
PROVISIONS INCORPORATED BY FULL TEXT
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:
Technical Capabilities to Perform Services
Past Performance
Price
Technical and past performance, when combined, are APPROXIMETELY EQUAL
(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)
52.212‐3 Alt 1 Offerors Representations and Certifications‐ Commercial Items;
Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision:
(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.)
[The offeror shall check the category in which its ownership falls]:
Black American.
Hispanic American.
Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
Asian‐Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
Subcontinent Asian (Asian‐Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
Individual/concern, other than one of the preceding.
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;
52.204‐18 Commercial and Government Entity Code Maintenance;
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;
52.222‐21 Prohibition of Segregated Facilities;
52.222‐26 Equal Opportunity;
52.222‐36 Equal Opportunity for Workers with Disabilities;
52.222‐41 Service Contract Labor Standard;
52.222‐42 Statement of Equivalent Rates for Federal Hires;
52.222‐50 Combating Trafficking in Persons;
52.222‐55 Minimum Wage under Executive Order 136658;
52.222‐62 Paid Sick Leave Under Executive Order 13706;
52.223‐5 Pollution Prevention and Right to Know Information;
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‐Central Contractor Registration;
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;
52.252‐2 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;
252.204‐7015 Disclosure of Information to Litigation Support Contractors;
252.211‐7003 Item Unique Identification and Valuation;
252.225‐7048 Export‐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 Payments;
252.237‐7010 Prohibition on Interrogation of Detainees by Contractor Personnel;
252.244‐7000 Subcontracts for Commercial Items;
252.247‐7023 Transportation of Supplies by Sea;
Questions or inquires received by telephone will not be addressed. Please submit all questions in writing through FedBizOpps. Quotes are to be submitted NLT 06JAN2018 09:00 am Eastern Time. POC for the combined synopsis solicitation is Contracting Specialist, 1LT David Mears. All request for quotes are to be posted to FedBizOpps.