Iowa Army National Guard
Regional Training Institute (RTI)
Camp Dodge
Joint Maneuver Training Center, Johnston, IA
27 January 2021 – 31 August 2021
This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LP-20-Q-4003, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-02, effective 23 Nov 2020. This procurement is set aside 100% for small business. The NAICS code is 311991 and the small business size standard is 750 employees. Basis for award is Price. The following commercial services are requested in this solicitation:
Contractor shall provide breakfast, lunch and dinner meals in accordance with Attachment #1 Meal Requirements Statement and Attachment #2 Menus and Headcounts. Period of Performance: 27 January 2021 – 31 August 2021. Contract line item numbers (CLINs) and quantities are as follows:
CLIN 0001: Breakfast Meals, Quantity/Unit of Issue: 6,738 EA
CLIN 0002: Lunch Meals, Quantity/Unit of Issue: 6,811 EA
CLIN 0003: Dinner Meals, Quantity/Unit of Issue: 6,802 EA
Proposed prices for CLINS 0001, 0002, and 0003 shall be firm-fixed price (FFP) and inclusive of all ingredients and supplies required to provide the meal requirements as described within the Meals Requirements Statement. The Government prefers all meals of the same type (breakfast, lunch or dinner) to be priced the same, regardless of menu.
The following provisions are incorporated into this solicitation by reference:
FAR 52.212-1 (DEV), Instructions to Offerors – Commercial Items
FAR 52.204-7, System for Award Management
FAR 52.204-16, Commercial and Government Entity Code Reporting
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
The following clauses are incorporated into this solicitation by reference:
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.212-4, Contract Terms and Conditions – Commercial Items
FAR 52.219-6 (DEV), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003, Control of Government Work Product
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7048, Export Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
The following provisions are incorporated by full text. The full text is found in Attachment #3. Contractor shall complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation
DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation
The following clauses are incorporated by full text. The full text is found in Attachment #3.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items
FAR 52.219-6 (DEV 2020-O0008), Notice of Total Small Business Set-Aside
DFARS 252.211-7003, Item Identification and Valuation
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
Submission Requirements: The contractor shall complete and submit Attachment #4, Contractor Information and Pricing Schedule as their official quotation. If the contractor submits a separate quotation, Attachment #4 must still be completed and submitted with it. If a contractor is proposing deviations per meal, they need to be submitted with quote for review and approval. Attachment #5, Section 889 Certification – contractor shall check the appropriate box in the red paragraphs, sign, date and return with quotation.
Proposals are due by 3:00 p.m. local (central) time on 12 January 2021. Electronic proposals are preferred, and may be submitted via email to Mrs. Megan Kaszinski, [email protected]. Facsimile proposals will be accepted. Proposals can be faxed to 515-252-4617 Attn: Megan Kaszinski. Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time.
Attachments:
#1 – Meal Requirements
#2 – Menus and Headcounts
#3 – Full Text Provisions and Clauses
#4 – Contractor Information and Pricing Schedule
#5 – FAR 52.204-24_52.204-26_Section 889 Certification