Catered Meals for 1437th EN CO

Agency: DEPT OF DEFENSE
State: Michigan
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: May 19, 2023
Due: May 24, 2023
Solicitation No: W912JB-23-Q-0110
Publication URL: To access bid details, please log in.
Follow
Catered Meals for 1437th EN CO
Active
Contract Opportunity
Notice ID
W912JB-23-Q-0110
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NF USPFO ACTIVITY MI 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 18, 2023 04:10 pm EDT
  • Original Date Offers Due: May 24, 2023 12:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722320 - Caterers
  • Place of Performance:
    Grayling , MI 49738
    USA
Description

Solicitation number: W912JB-23-Q-0088 Request For Quote (RFQ)



Title: Catered Meal Services for 1437th EN CO



Restriction: 100% Total Small Business



NAICS: 722320 Caterers



Size Standard: $9 Million



Issue date: May 18, 2023



Closing date: May 24, 2023





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and 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.





1.0 REQUEST FOR QUOTE



1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03.



1.2 Small business set aside is 100% total small business.



1.3 Applicable size standard is $9 million.



1.4 Place of performance: Place and Performance of Services: The Contractor shall provide services, supplies, labor, supervision, and subsistence necessary to provide meals for up to 167 Soldiers, with a gluten and dairy free option for 1 Soldier, in a given day (See Exhibit 3 for workload by location) during the 1437 EN CO Annual Training at Sault Ste Marie, MI. There will be one serving location at the Sault Ste Marie Armory: 1170 E. Portage Ave, Sault Ste Marie, MI 49783, 02-17 JUNE 2023.



1.5 Period of performance is 02 June 2023 - 17 June 2023



1.6 Requirement is on the Performance Work Statement which is attached.



1.7 CLIN structure:



1.7.1 0001 Catered Meal Service - Dinner 2,064 EA



The Contractor shall provide services, supplies, labor, supervision, and subsistence necessary to provide meals for up to 167 Soldiers, with a gluten and dairy free option for 1 Soldier, in a given day (See Exhibit 3 for workload by location) during the 1437 EN CO Annual Training at Sault Ste Marie, MI. There will be one serving location at the Sault Ste Marie Armory: 1170 E. Portage Ave, Sault Ste Marie, MI 49783, 02-17 JUNE 2023. Contractor shall provide all food supplies and raw subsistence to ensure proper execution of catered meal services. Catered meals are to be prepared off site, to then be delivered and served buffet style in accordance with the feeding schedule in technical exhibit 3. Catered meals include dinner Contactors shall be capable of providing to-go plates to pack meals for personnel staying at Sault Ste Marie Armory.



1.7.2 1001 Option to Extend Services Per day/Per meal



The Government may require continued performance of catered meal services at the Sault Ste Marie Armory: 1170 E. Portage Ave, Sault Ste Marie, MI 49783, 02-17 JUNE 2023. Please provide pricing for breakfast, lunch and dinner, per person for additional services anticipated. The pricing provided shall be valid for catered meal services to be extended. The pricing shall look like the following: Breakfast $XXXXX per meal; Lunch $XXXXX per meal, Dinner $XXXXX per meal and any additional fee associated with the catered meal services shall be include in the price per meal.



1.7.3 Travel/Delivery shall be to the following locations:



1.7.3.1 Meals shall be at the delivery site no later than (NLT) dinner meal- hours for 1700 for the dates 02-17JUN23; dinner meal will be the first meal provided on 02 JUN 23. The last meal will be provided on 17 JUN 23 at 1700.





2.0 QUOTE FORMAT



2.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b)



2.2 Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days).



2.3 Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete. The offer should include a detailed menu of the lunch meals to be provided per meal/ per day and correspond with the applicable category on the Department of Labor’s Wage Determinations. Pricing must be per meal/per day for the base period and option to extend services.



2.4 The contractor shall submit a capability statement and detailed menu for potential contractgor performing the service. It will be evaluated for the company's capability to meet the requirements.



2.5 Questions due: 22 May 2023, 12:30 pm Eastern Standard Time (EST)



Questions must be submitted via email to milagros.isabelbaez.civ@army.mil. Questions will not be answered via telephone.



2.6 Quotes due: 24 May 2023, 12:30 p.m. Eastern Standard Time (EST)



The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.





3.0 TECHNICAL CAPABILITY



3.1 The proposal shall present relevant information articulating the offeror’s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed approach to performing the work. The offeror’s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures.



3.4 The Contractor shall provide services, supplies, labor, supervision, and subsistence necessary to provide meals for up to 167 Soldiers, with a gluten and dairy free option for 1 Soldier, in a given day (See Exhibit 3 for workload by location) during the 1437 EN CO Annual Training at Sault Ste Marie, MI. There will be one serving location at the Sault Ste Marie Armory: 1170 E. Portage Ave, Sault Ste Marie, MI 49783, 02-18 JUNE 2023.



3.5 Contractor shall provide all food supplies and raw subsistence to ensure proper execution of catered meal services. Catered meals are to be prepared off site, to then be delivered and served buffet style in accordance with the feeding schedule in technical exhibit 3. Catered meals include dinner Contactors shall be capable of providing to-go plates to pack meals for personnel staying at Sault Ste Marie Armory.



3.6 Each meal period shall be at most two hours: 1700-1900 for dinner. The contractor shall serve all meals in the prescribed times outlined in technical exhibit 3.





4.0 Evaluation



4.1 The offer will be evaluated for price reasonableness compared to the Government’s anticipated pricing based on the Department of Labor’s employee Price index and wage determinations.



4.2 The offer should provide the price breakdown for comparison.



4.3 The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value.



4.4 Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be rated as acceptable or unacceptable. The proposed employee’s resume will be evaluated with the technical capability.



4.5 Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable.





5.0 SAM Registration/Joint Venture



In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: A) Small business; (B) Service-disabled veteran-owned small business;



(C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.





6.0 Award



6.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued.



6.2 The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance.





7.0 Billing Instructions



7.1 Invoice terms are Net 10 days.



7.2 Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance.



7.3 Inspection will be conducted at the Camp Grayling, Michigan and acceptance will be at Lansing, Michigan.



7.4 Quantity for services corresponds to the number of invoices to be submitted once per month for the time of performance.



7.5 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).



7.5.1 Instructions are on clause 252.232-7006.



7.5.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount.



7.5.3 Invoices shall be submitted after all services have been compleetly rendered and the period performance ends.



7.5.4 The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.


Attachments/Links
Download All Attachments/Links
Attachments

Contact Information
Contracting Office Address
  • KO FOR MIARNG DO NOT DELETE 3423 N MARTIN LUTHER KING BLVD
  • LANSING , MI 48906-2934
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 18, 2023 04:10 pm EDTCombined Synopsis/Solicitation (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

Solicitation Description Date/Time County Contact Response RFQ 5093 Residential Weatherization Installation Services >>

Kent County

Bid Due: 6/30/2024

RFP-Elevator Maintenance RFP - 171 - 240000001281 Summary Technology, Management and Budget MATT

State of Michigan

Bid Due: 5/06/2024

751/23399.DLP; Ortonville/ Pontiac Lake Ranges New Bldgs. RFQ - 171 - 240000000332 Summary

State of Michigan

Bid Due: 4/03/2024

Follow C1DA--Site Prep for D758 & D759 (AE) 506-CSI-133 Active Contract Opportunity Notice

Federal Agency

Bid Due: 4/12/2024

* 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.