Federal Bid

Last Updated on 02 Aug 2010 at 8 AM
Combined Synopsis/Solicitation
Nellis air force base Nevada

Halal Meals

Solicitation ID F3G3H10208A001
Posted Date 29 Jul 2010 at 4 PM
Archive Date 02 Aug 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location Nellis air force base Nevada United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

SOLICITATION #: F3G3H10208A001
This combined synopsis/solicitation is issued as a Request For Quotes

NAICS: 449210
This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside.
SBA Size Standard: 500 employees

Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: 2 Halal meals a day for 110 individuals for Aug 1 - Aug 21 for Green Flag Exercise.

This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures.

The following provisions and clauses (current through FAC 2005-42 effective 16 Jul 2010) are applicable to subject solicitation: FAR 52.204-7 - CCRFAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, 52.222-37 - Employment Reports on Special Disabled Veterans, , FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires, FAR 52.225-13 - Restrictions on Foreign Purchase, 52.232-33 - Payment by EFT - CCR, , FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations

IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.

IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.

All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.

All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to [email protected] no later than 30 Jul 10, 11:00 am PST.

The anticipated award date will be by 30 Jul 2010.

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Dec 2015 at 12 PM
Hawaii 27 May 2021 at 4 AM
Hawaii 29 Apr 2022 at 4 AM
Hawaii 16 May 2022 at 4 AM
Hawaii 02 May 2024 at 4 AM

Similar Opportunities

Honolulu Hawaii 31 Jul 2025 at 4 AM (estimated)
Location Unknown 25 Jul 2025 at 2 PM
Norfolk Virginia 26 May 2026 at 5 PM
Camp murray Washington 14 Aug 2025 at 9 PM
Camp murray Washington 14 Aug 2025 at 9 PM