Catered Meal BPA/ IDIQ Sources Sought Notice- Texas

Agency: DEPT OF DEFENSE
State: Texas
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Mar 30, 2023
Due: Apr 11, 2023
Solicitation No: W912L1-23-CateredMeals
Publication URL: To access bid details, please log in.
Follow
Catered Meal BPA/ IDIQ Sources Sought Notice- Texas
Active
Contract Opportunity
Notice ID
W912L1-23-CateredMeals
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N2 USPFO ACTIVITY TX 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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 30, 2023 10:52 am CDT
  • Original Response Date: Apr 11, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722320 - Caterers
  • Place of Performance:
    TX
    USA
Description

INTRODUCTION:



USPFO P&C- Texas is interested in the identification of capable sources for a competitive pre-priced Blanket Purchase Agreements (BPAs) and/ or Single or Multiple Award, Task Order Contracts (MATOC) Indefinite Delivery Indefinite Quantity (IDIQs) to support catered meal services to various regions throughout Texas. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified as Government Furnished Equipment, to perform Catered Meal Services.



**Catered meals in support of TXARNG drill weekend events normally consist of 1-2 hot meals per day for 2-4 days.



**Catered meals in support of TXARNG annual training events may consist of up to 2 hot meals per day for up to 15 days. The anticipated award date is 01 June 2023 and will include a 12-month base period and four 12-month ordering periods.



The requirement is for a broad range of catered meals services to the TXARNG training requirements throughout Texas and bordering states. Based on the market research gathered, BPAs and / or MATOC IDIQSs may be established for the following regions:



Region 1: West Texas.



Place of performance to include but not limited to the following locations: El Paso, Midland, and San Angelo to support up to 10 TXARNG units consisting of an approximate total up to 600 service members.



Region 2: North Texas.



Place of performance to include but not limited to the following locations: Abilene, Amarillo, Camp Bowie/Brownwood, Lubbock, Stephenville, and Wichita Falls to support up to 15 TXARNG units consisting of an approximate total of 775 service members.



Region 3: Central Texas.



Place of performance to include but not limited to the following locations: ABIA/Austin, Bee Caves/Austin, Austin/Camp Mabry, San Antonio, Camp Bullis/San Antonio, Camp Swift/Bastrop, Fort Hood, Fredericksburg, Gatesville, Hondo, Killeen, New Braunfels, Round Rock, Joint Base San Antonio, Martindale/San Antonio, San Marcos, Seguin, Taylor, and Temple to support up to 71 TXARNG units consisting of an approximate total of 2600 service members.



Region 4: East Texas.



Place of performance to include but not limited to the following locations: Camp Maxey, Corsicana, Dallas, Decatur, Denison, Denton, Fort Wolters, Fort Worth, Grand Prairie, Greenville, Kilgore, Lewisville, Lufkin, Palestine, Seagoville, Wylie, Tyler, Waco, Waxahachie, and Weatherford to support 45 TXARNG units consisting of an approximate total of 2500 service members.



Region 5: Southern Texas.



Place of performance to include but not limited to the following locations: Angleton, Brenham, Brownsville, Bryan, Corpus Christi, El Campo, Houston, Ellington Field/Houston, Westheimer/Houston, Huntsville, Kingsville, La Marque, Laredo, Rosenberg, Victoria, and Weslaco to support up to 43 TXARNG units consisting of an approximate total of 2300 service members.





This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required supplies & services.





THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.





RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) code for this acquisition is 722320 Caterers. The small business size standard is $9M.





To assist the USPFO P&C Texas in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company’s areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.





In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).





SUBMISSION DETAILS:



Responses should include:




  1. Business name and address;

  2. Name of company representative and their business title, telephone number, e-mail address;

  3. Identification of business size (Large or Small) and Type of Small Business (if applicable);

  4. Cage Code;

  5. DUNS Number;

  6. Anticipated teaming arrangements (if applicable).

  7. Identify any major risks.

  8. Any concerns/comments with the Draft Performance Work Statement (PWS) and/or anticipated NAICS code.

  9. Your intent to submit a proposal.

  10. Interested businesses should submit brief capabilities (Government or commercial) as it relates to supporting the above requirement to include the following:

    1. Contract number

    2. Title and a brief summary of the objective of the effort

    3. Contracting agency or firm (Government or commercial)

    4. Value of the contract(s) and Period of Performance

    5. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour

    6. NAICS code/small business size standard

    7. GSA Schedule number if any



  11. Capability statement detailing:

    1. Specify which Region(s) you are interested in providing services (Region 1-5) describing your ability to provide services in accordance with the attached draft PWS.

    2. Capacity to provide services concurrently to several locations, within the same Region. Estimate range of one (1) location up to 10 locations in the same Region, with the same or similar periods of performance (ex. Concurrent awards in Dallas, Fort Worth Lukfin, Tyler, and Waco).

    3. Capability to accept multiple different payment options including Wide Area Workflow (WAWF), Government Purchase Card (GPC), and Debit card.

    4. Ability to provide some Kosher, Halal, pork free separate from the total quantity

    5. Means to mobilize with short turnarounds ie. Award contract on Thursday afternoon, for a Friday evening start.







Vendors who wish to respond to this sources sought notice, please email the Contract Specialist, Mr. Astrid McKinney (astrid.mckinney.civ@army.mil) and Mrs. Natalie J. Rodriguez (natalie.j.rodriguez9.civ@army.mil). All interested sources may submit a capability statement (no more than 5 pages) which shall be considered by the agency. The capability statement shall demonstrate the ability to perform the tasks within the draft PWS and responses should include the submission details above. Documentation should be in bullet format. Your e-mailed submission of your capability statement may also include any comments or questions you may have. Interested parties should reply no later than 12:00PM CENTRAL, April 11, 2023 Central Standard Time.





Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.





The included services shall not include inherently governmental functions as defined in Office of Federal Procurement Policy (OFPP) Policy Letter 11-01, Inherently Governmental Functions" and FAR Subpart 7.5, Inherently Governmental Functions."


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR TXARNG DO NOT DELETE PO BOX 5218
  • AUSTIN , TX 78763-5218
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 30, 2023 10:52 am CDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Information Type RFP Status Issued Number PURCH 2324-1 (Awards, Incentives and Spirit

Aldine School District

Bid Due: 5/31/2024

Open Enrollment for Orientation and Mobility Services Solicitation ID: 3202300136 | Due Date:

State Government of Texas

Bid Due: 6/30/2025

Follow FCI Texarkana - Subsistence - 4th Quarter FY2023 Active Contract Opportunity Notice

Federal Agency

Bid Due: 11/29/2024

Follow FCI Texarkana - Subsistence - 4th Quarter FY2023 Active Contract Opportunity Notice

Federal Agency

Bid Due: 11/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.