South Carolina Bids > Bid Detail

Catered Hot Meals

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159920453551250
Posted Date: May 17, 2023
Due Date: Jun 2, 2023
Solicitation No: W912QG23Q0046
Source: https://sam.gov/opp/dff51ecd8b...
Follow
Catered Hot Meals
Active
Contract Opportunity
Notice ID
W912QG23Q0046
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NZ USPFO ACTIVITY SC 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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 17, 2023 01:59 pm EDT
  • Original Date Offers Due: Jun 02, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8920 - BAKERY AND CEREAL PRODUCTS
  • NAICS Code:
    • 722320 - Caterers
  • Place of Performance:
    Anderson , SC 29625
    USA
Description

1. This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued.



1.1. In accordance with (IAW) FAR 16.202-2, this is a Firm Fixed Price contract. A firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the Offeror’s cost experience in performing the contract. This contract type places upon the Offeror maximum risk and full responsibility for all costs and resulting profit or loss. It provides maximum incentive for the Offeror to control costs and perform effectively and imposes a minimum administrative burden upon the contracting parties.



1.2. The combined synopsis is issued as a Request for Quotation (RFQ) under solicitation number: W912QG-23-Q-0046



1.3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02, effective date 03/16/2023.



1.4. Small Business Set-Aside: 100%; Applicable Size Standard is $9,000,000.00



1.5. NAICS Code: 722320



1.6. Posting Date: 17 May 2023



1.7. Response Date: 02 June 2023, 11:00 a.m. (Eastern Standard Time (EST)).



1.7.1. In accordance with (IAW) Federal Acquisition Regulation (FAR) 4.1102 and FAR Provision 52.204-7, all offerors shall be registered in SAM at the time of submission of an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract. Offerors who are not registered at the time a quote is received shall be deemed non-responsive.



1.8. Contracting Office: USPFO-SC, 9 National Guard Road, Columbia, South Carolina, 29201



1.8.1. Government Points of Contact:



1.8.2. Primary POC: Contract Specialist – Mr. Blake S. Cromer, blake.s.cromer.civ@army.mil.



1.8.3. Secondary POC: Contracting Officer – Mr. Kevin Esber, kevin.j.esber.mil@army.mil



1.9 Description of requirements for the items to be acquired:



1.9.1. The following commercial items are requested:



1.9.1.1 CLIN 0001 – Catered Hot Breakfasted Meals



Dates & Quantities Needed: Refer to Delivery Schedule



Total Hot Breakfast Meals- 1,400 EA



Desired Feed Times: Offeror shall ensure the hot meals are delivered each day so the unit can begin feeding their Soldiers at 06:30 a.m., Eastern Standard Time (EST) Delivery FOB Location to 263 Air Defender Way, Anderson, S.C. 29625



Offeror shall ensure hot breakfast meals consist of the following: 1 meat, eggs, grits, biscuits, coffee, and juice. Offeror shall provide all plates, utensils, cups, napkins, and all condiments for the meals. Offeror will cook and deliver meals only. Offeror and/or subcontractor shall comply with S.C. Department of Health and Environmental Control (DHEC) regulation 61-25 during the performance of this contract. Offeror shall only invoice for the exact QTY of meals provided.



Per Breakfast Meal Each Price:



Total Breakfast Meal CLIN Price:



1.9.1.2 CLIN 0002 – Catered Hot Lunch Meals



Dates & Quantities Needed: Refer to Delivery Schedule



Total Hot Lunch Meals- 1,500ea



Desired Feed Times: Offeror shall ensure the hot meals are delivered each day so the unit can begin feeding their Soldiers at 11:30 a.m., Eastern Standard Time (EST) Delivery FOB Location to 263 Air Defender Way, Anderson, S.C. 29625



Offeror shall ensure hot lunch meals consist of the following: 1 meat, 1 starch, 1 vegetable, rolls, 1 desert, sweet and unsweet tea, and coffee. Offeror shall provide all plates, utensils, cups, napkins, and all condiments for the meals. Offeror will cook and deliver meals only. Offeror and/or subcontractor shall comply with S.C. Department of Health and Environmental Control (DHEC) regulation 61-25 during the performance of this contract. Offeror shall only invoice for the exact QTY of meals provided.



Per Lunch Meal Each Price:



Total Lunch CLIN Price:



1.10. Date(s) and place(s) of delivery and acceptance and FOB point: Refer to CLINS above.



1.11. Provision 52.212-1, Instructions to Offerors-Commercial, and addendum applies to this acquisition, refer to attachment.



1.12. Provision 52.212-2, Evaluation-Commercial Items and addendum applies to this acquisition, refer to attachment.



1.13. Offerors shall include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer (refer to attachment)



1.14. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (refer to attachment)



1.15. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. (refer to attachment)



1.16. Additional FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable and are attached to this solicitation.



1.17. Offeror shall complete and return the follow Provisions or Clauses with their quote if they have not completed their annual representation and certifications electronically in SAM.gov IAW FAR Provision 52.204-7.



1.17.1. 52.204-24



1.17.2. 52.204-26



1.17.3. 52.212-3, Alt I



1.17.4. 252.204-7016



1.17.5. 252.204-7017



1.18. IAW FAR 16.202, this is a firm-fixed-priced contract. This type of contract places upon the Offeror maximum risk and full responsibility for all costs and resulting profit or loss. It provides maximum incentive for the Offeror to control costs and perform effectively and imposes a minimum administrative burden upon the contracting parties.



1.19. The Government will not provide any payments in advance of the performance of this contract. Payment will not be made until all supplies have been delivered to the unit, the Offeror has inputted a proper invoice into WAWF, the units WAWF Acceptor verifies all supplies has been delivered and accepts the invoice. This process can take up to 30 days.



1.20. The Government will not accept any offerors terms and conditions proposed by the offeror. The only acceptable terms and conditions are those listed in this solicitation and the resultant award.



1.21 The Offeror and/or subcontractor shall strictly adhere to the South Carolina (S.C.) Department of Health & Environmental Control (DHEC) Regulation 61-25, Retail Food Establishments during the handling, storing, preparation and transportation of food. Link to SC DHEC Regulations https://scdhec.gov/food-safety/retail-food



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



1. QUOTE SUBMISSION INSTRUCTIONS



1.1. Submission Due Date. The offeror must ensure its quote, in its entirety, reaches the required destination before the date and time set for closing of the solicitation. The submission due date for this solicitation is 09 March 2023 at 11:00 a.m. (EST).



1.1.1. The lateness rules for submitted quotes are outlined in FAR 52.212-1 "Instructions to Offerors Commercial Items," and are incorporated into this solicitation.



1.2. Submission. The quote submitted in response to this solicitation shall be formatted as stated below and furnished electronically to Contract Specialist Blake S. Cromer at blake.s.cromer.civ@army.mil and Contracting Officer Kevin J. Esber at kevin.j.esber.mil@army.mil. Only emailed quotes will be considered; no oral, mailed or faxed quotes will be accepted. The quote shall only be submitted as described.



1.3. Quote Compliance. The Government must have received from the offeror a fully compliant quote. The quote is compliant when it conforms to all of the requirements, terms, and conditions of this solicitation.



1.4. Quote Acceptance. FAR 52.212-1(c) is hereby tailored for this solicitation: The Offeror shall specify a quote acceptance period in the quote Summary of not less than 30 days from the date of the solicitation closing. This date may be extended by mutual agreement. The Offeror shall make a clear statement in the quote as to the expiration date of the quote and the stated expiration date shall be valid for all proposed subcontractors as well.



1.5. Quote Retention. In accordance with FAR Subpart 4.8, Government Contract Files, the Government will retain one copy of all unsuccessful quotes.



1.6. Single Quote Submission. FAR 52.212-1 is hereby tailored to remove subparagraph (e) which does not apply to this solicitation. Offerors are limited to submitting one quote with one approach to meeting all the requirements of this solicitation. Quotes that contain alternative terms and conditions will be considered as taking exception to the requirements of the solicitation.



1.7. All or None. FAR 52.212-1(h) is hereby tailored for this solicitation: Offers in response to this solicitation shall be submitted for all the requirements identified in the solicitation. Offers submitted for less than all the requirements called for by this solicitation shall be deemed non responsive and their offer rejected.



1.8. Mark the title page with the following legend:



1.8.1. This quote includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this quote. If, however, a contract is awarded to this offeror as a result of -- or in connection with -- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government’s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [offeror shall insert numbers or other identification of sheets]; and



1.9. Mark each sheet of data it wishes to restrict with the following legend:



1.9.1. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this quote.



2. QUOTE FORMAT



2.1. This section provides guidance to the offeror for preparing a quote in response to the solicitation. The offeror’s quote shall include all data and information required by this solicitation and submitted in accordance with these instructions. Any contract resulting from this effort shall be required to meet United States Government regulations and statutory requirements. In addition, the offeror is expected to ensure compliance with all laws, regulations, standards, and any other constraints specifically identified in the solicitation.



2.2. The acceptable electronic formats for quotes shall be compatible with MS Office, specifically MS Word and MS Excel, or PDF format. All quote volumes shall be labeled with the solicitation number W912QG-23-Q-0046, as well as the name, address, and telephone number of the Offeror. All volumes shall be electronic files and not be password protected.



2.3. Quote shall address Technical and Price as stated in FAR 52.212-2 below:



52.212-2 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. IAW FAR Provision 52.212-1(g) 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. The following factors shall be used to evaluate offers:



Evaluation method: –Lowest Priced Technically Acceptable



Evaluation criteria: 1) Technical Capability and (2) Total Price.



Technical:



A. Offeror shall provide a quote that at least meets the minimum below stated requirements for all the meals requested partial offers not accepted. Offeror shall provide hot breakfast meals which consist of the following: 1 meat, eggs, grits, biscuits, coffee, and juice. Offeror shall provide hot lunch meals which consist of the following: 1 meat, 1 starch, 1 vegetable, rolls, 1 desert, sweet and unsweet tea, and coffee. Offeror shall provide the meal, condiments, utensils, plates, cups, napkins, warming trays, serving utensils etc. Offeror will cook and deliver meals.



B. Offeror shall provide copies of the following at the time their quote is submitted, or the quote shall be deemed nonresponsive and shall be rejected.



1. Copy of the Offerors/subcontractors most current S.C. DHEC Permit to Operate IAW DHEC Regulation 61-25 (Retail Food Establishments), paragraph 8-3, Permit to Operate.



2. Copy of the Offerors/subcontractors most current S.C. DHEC Retail Food Establishment Inspection Report.



3. The offeror/subcontractor shall provide the name of their employee who is the designated Certified Food Protection Manager and shall provide the most current copy of their training certification. A Certified Food Protection Manager shall be appointed and trained IAW SC DHEC Regulation 61-25, paragraph 2-102.12 Certified Food Protection Manager Certification and Food Handler Certificate.



4. The offeror shall provide a proposed menu with their offer.



Total Price



A. Overall price will be evaluated to determine it is complete and reasonable.



(b) Options. N/A



(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)






Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR SCARNG DO NOT DELETE 9 NATIONAL GUARD ROAD
  • COLUMBIA , SC 29201-4763
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 17, 2023 01:59 pm EDTCombined 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 >