Food Provisions for the MA ARNG

Agency: DEPT OF DEFENSE
State: Massachusetts
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159150874620536
Posted Date: Mar 26, 2024
Due Date: Apr 26, 2024
Solicitation No: W912SV-24-Q-0004
Source: Members Only
Follow
Food Provisions for the MA ARNG
Active
Contract Opportunity
Notice ID
W912SV-24-Q-0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NE USPFO ACTIVITY MA ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Mar 26, 2024 08:29 am EDT
  • Original Date Offers Due: Apr 26, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8940 - SPECIAL DIETARY FOODS AND FOOD SPECIALTY PREPARATIONS
  • NAICS Code:
    • 311999 - All Other Miscellaneous Food Manufacturing
  • Place of Performance:
    Bedford , MA
    USA
Description

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



The solicitation is being issued as a Request for Quote; the solicitation number is W912SV-24-Q-0004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-03.



The Massachusetts Army National Guard (MAARNG) has a requirement to establish multiple Blanket Purchase Agreements (BPA) for food provision and delivery for MA ARNG Soldiers during drill, training periods, and other events as needed. This effort is NOT for Dining Facility operations nor is it for food service temporary help. It is strictly for procurement of complete, prepared meals and does not require serving/setup/clean up services.



A BPA is an agreement, not a contract or purchase order. It is like a charge account that sets forth terms and conditions prior to an actual purchase. The Government is not obligated to purchase any definite amount under this BPA. If a need arises, an authorized representative of the Government may issue an order following the procedures outlined in the BPA. If the BPA holder accepts the order, then a binding contract between the Government and BPA holder will exist for that specific order.



This requirement is issued under a Total Small Business set-aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13.5 under NAICS code 311999 – All Other Miscellaneous Food Manufacturing. The small business size standard is 700 employees. Interested vendors must add the applicable NAICS to their System for Award Management (SAM) Representations and Certifications prior to submitting their responses.



Description of Requirement:



1. The Contractor shall prepare and deliver meals and food iteams as further described in attachment - Purchase Description (PD). Sample 21-day menu is provided solely to illustrate the types of food expected and determined to be acceptable.



2. Contract Line Item Numbers (CLIN) will be dependent on individual Calls and/or orders issued under the resultant BPA. Delivery quantities, locations, and types will vary according to need and will be determined for each order or call placed under a Master Blanket Purchase Agreement.



3. The Government intends to establish approximately ten (10) BPAs to responsible vendors that demonstrate a capability to provide food items under the conditions and safety requirements as described in the PD. The Government reserves the right to establish additional BPAs beyond the estimated number, or establish no BPAs, from this combined synopsis/solicitation as determined to be in the Government's best interest. BPAs do not obligate any funds and are not binding contracts. The Government will be obligated only to the extent that authorized BPA calls or orders are actually made under these agreements.



4. BPAs will be evaluated annually and are anticipated to remain in place for five (5) years. The total maximum order limit for ALL Master BPAs (combined) established under this solicitation is $3,000,000.00. Individual orders or calls will not exceed $250,000. The establishment of a BPA does not imply any agreement on the part of the Government to place future calls or orders with the BPA holder. The Government makes no representation as to the number or dollar amount of orders that may be placed.



5. Calls/orders will be competed among Master BPA holders for the applicable region as request for quotes via oral solicitation or by e-mail. Failure to submit a complete and timely response to a Request for Quote (RFQ) may result in it being determined non-responsive.



a) The Government reserves the right to set aside any Call/Order to any specific socioeconomic category of small business BPA Holder(s) (i.e., 8(a), HUBZone, SDVOSB, or WOSB, etc. concerns).



b) The Government reserves the right, at the Government’s discretion, to directly award a Call or issue an order to any BPA Holder that has not yet received a Call/Order under their Master BPA or where a justification is made for exception to fair opportunity.



c) The Government reserves the right to not request quotes from any BPA Holder due to lack of satisfactory performance or a documented history of poor-quality items on prior BPA orders/Calls.



Submission Requirements:



1. The Government will evaluate all responses in accordance with the submission requirements and evaluation criteria described herein. Responses should be prepared simply and provide a concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include:



a) Capability Statement showing how the vendor can meet all requirements of this solicitation. Including Cage Code, DUNS Number, TIN, business size and type (i.e., small, small and disadvantaged, 8(a) Certified, woman-owned small, HUB Zone certified small, or service­disabled veteran-owned small business) for the applicable NAICS code, and Point of Contact information. The letter shall also include acknowledgement of amendments, if any, to this solicitation.



b) Current price list(s) for prepared foods that may be selected by the Government to meet the requirements of the PD. Rates for additional charges, such as food delivery, paper and plastic goods, etc. should also be included. Please note that the Massachusetts National Guard is exempt from tax, therefore rates should not include tax.



2. The responses to this combined synopsis/solicitation shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Responses may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your response.



Evaluation Criteria & Basis for Agreement:



The Government will establish BPAs resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government.



The Basis for Agreement is Price Only.



The Government will evaluate the price list provided and will calculate the median and average price of meals. From there the responsible vendors will be ranked from lowest price to highest price and the lowest 10 quotes will receive a BPA. If there are quotes that total the same price the government may establish more than 10 BPA's as seen fit.



BPAs will be established with responsible vendors that can successfully meet the submission requirements stated above. The Government intends to evaluate responses and establish BPAs without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. IAW FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required.



NOTE: THE GOVERNMENT WILL NOT ESTABLISH BPAS TO THIRD PARTY ENTITIES.



Submission of Responses:



Responses shall be submitted electronically to Isao Hattori via isao.hattori.civ@army.mil and Lacy Phongsaly via lacy.r.phongsaly.civ@army.mil . All responses shall be submitted by the time indicated on this notice.



**Responses will only be accepted electronically via the e-mail addresses provided above. It is the vendors’ responsibility to confirm that their responses have been received.



Questions:



Questions regarding this acquisition may be addressed to Lacy Phongsaly and Isao Hattori at the above listed email addresses.



Questions must be received no later than ten (10) business days prior to date for receipt of responses.



Protests:



NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.



Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.



To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:



National Guard Bureau

Office of the Director of Acquisitions/ Head of Contracting Activity

ATTN: NGB-AQ-O

111 S. George Mason Dr.

Arlington, VA 22204



Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil



All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.



NG Public-facing, general Protest information is found at: https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/



Commercial Provisions and Clauses



The following commercial provisions and clauses apply to this acquisition.



Provisions and Clauses Incorporated by Reference



Provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services Addenda to this provision are contained in the section entitled SUBMISSION REQUIREMENTS.



Provision 52.212-2, Evaluation -- Commercial Products and Commercial Services Specific evaluation criteria to be used are contained in the section Evaluation Criteria & Basis for Agreement.



Provision 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services



Clause 52.212-4, Contract Terms and Conditions-- Commercial Products and Commercial Services,



Clause Incorporated by Full Text



FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).



(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801).



(6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).



(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



_X_(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 4655).



_X_(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509)).



_X_(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)



_X_(4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community—see FAR 3.900(a).



_X_(5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).



__(6) [Reserved].



__(7) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



__(8) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



_X_(9) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



__(10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders—Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (Dec 2023) ( Pub. L. 115–390, title II).



__(11)



(i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition. (Dec 2023) ( Pub. L. 115–390, title II).



__(ii) Alternate I (Dec 2023) of 52.204–30.



_X_(12) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31 U.S.C. 6101 note).



_X_(13) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313).



__(14) [Reserved].



__(15) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) ( 15 U.S.C. 657a).



__(16) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a).



__(17) [Reserved]



_X_(18) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).



__(ii) Alternate I (Mar 2020) of 52.219-6.



__(19) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644).



__(ii) Alternate I (Mar 2020) of 52.219-7.



_X_(20) 52.219-8, Utilization of Small Business Concerns (Feb 2024) ( 15 U.S.C. 637(d)(2) and (3)).



__(21) (i) 52.219-9, Small Business Subcontracting Plan (Sep 2023) ( 15 U.S.C. 637(d)(4)).



__(ii) Alternate I (Nov 2016) of 52.219-9.



__(iii) Alternate II (Nov 2016) of 52.219-9.



__(iv) Alternate III (Jun 2020) of 52.219-9.



__(v) Alternate IV (Sep 2023) of 52.219-9.



__(22) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) ( 15 U.S.C. 644(r)).



__(ii) Alternate I (Mar 2020) of 52.219-13.



_X_(23) 52.219-14, Limitations on Subcontracting (Oct 2022) ( 15 U.S.C. 637s).



__(24) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) ( 15 U.S.C. 637(d)(4)(F)(i)).



__(25) 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024) ( 15 U.S.C. 657f).



_X_(26) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024) ( 15 U.S.C. 632(a)(2)).



__(ii) Alternate I (Mar 2020) of 52.219-28.



__(27) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(m)).



__(28) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) ( 15 U.S.C. 637(m)).



__(29) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) ( 15 U.S.C. 644(r)).



__(30) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)).



_X_(31) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).



_X_(32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024).



_X_(33) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



__(34)



_X_ (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



__(ii) Alternate I (Feb 1999) of 52.222-26.



_X_(35) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).



__(ii) Alternate I (Jul 2014) of 52.222-35.



_X_(36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).



__(ii) Alternate I (Jul 2014) of 52.222-36.



_X_(37) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).



__(38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



_X_(39) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627).



__(ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).



_X_(40) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)



__(41) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)



__(ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)



__(42) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).



__(43) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).



__(44) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).



__(ii) Alternate I (Oct 2015) of 52.223-13.



__(45) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).



__(ii) Alternate I (Jun2014) of 52.223-14.



__(46) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) ( 42 U.S.C. 8259b).



__(47) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).



__(ii) Alternate I (Jun 2014) of 52.223-16.



_X_(48) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).



__(49) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).



__(50) 52.223-21, Foams (Jun2016) (E.O. 13693).



__(51) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).



__(ii) Alternate I (Jan 2017) of 52.224-3.



__(52) (i) 52.225-1, Buy American-Supplies (Oct 2022) ( 41 U.S.C. chapter 83).



__(ii) Alternate I (Oct 2022) of 52.225-1.



__(53) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023) ( 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.



__(ii) Alternate I [Reserved].



__(iii) Alternate II (Dec 2022) of 52.225-3.



__(iv) Alternate III (Feb 2024) of 52.225-3.



__(v) Alternate IV (Oct 2022) of 52.225-3.



__(54) 52.225-5, Trade Agreements (NOV 2023) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).



_X_(55) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



__(56) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).



__(57) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150).



__(58) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) ( 42 U.S.C. 5150).



__(59) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021).



__(60) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



__(61) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805).



_X_(62) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332).



__(63) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) ( 31 U.S.C. 3332).



_X_(64) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332).



__(65) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a).



__(66) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15 U.S.C. 637(d)(13)).



__(67) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631).



__(ii) Alternate I (Apr 2003) of 52.247-64.



__(iii) Alternate II (Nov 2021) of 52.247-64.



(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



__(1) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter67).



__(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).



__(3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67).



__(4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67).



__(5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).



__(6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).



__(7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



__(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



_X_(9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792).



(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.



(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.



(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.



(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.



(e)



(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-



(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509).



(ii) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712).



(iii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(iv) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91).



(v) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(vi) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



(vii)



(A) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—Prohibition. (Dec 2023) ( Pub. L. 115–390, title II).



(B) Alternate I (Dec 2023) of 52.204–30.



(viii) 52.219-8, Utilization of Small Business Concerns (Feb 2024) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



(ix) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(x) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).



(xi) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212).



(xii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793).



(xiii) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212).



(xiv) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.



(xv) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67).



(xvi)



(A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627).



(B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627).



(xvii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67).



(xviii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67).



(xix) 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989).



(xx) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



(xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



(xxii)



(A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a).



(B) Alternate I (Jan 2017) of 52.224-3.



(xxiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).



(xxiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.



(xxv) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.



(xxvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.



(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.



(End of clause)



BLANKET PURCHASE AGREEMENT (BPA) TERMS AND CONDITIONS



1. DESCRIPTION OF AGREEMENT

a. This is a Blanket Purchase Agreement (BPA) with __________(Name of BPA Holder) to prepare and deliver meals and food items to the Massachusetts Army National Guard (MA ARNG) at the location specified on each individual call.

b. No work shall be performed without prior approval of the Contracting Officer or her/ his authorized representative.

c. The contractors will furnish items called for by this agreement if and when requested by the Contracting Officer or his/her representative during the period of 5 years, or until the BPA total dollar limit ($3,000,000.00 total combined value for all agreements established for this requirement) has been reached.



2. EXTENT OF OBLIGATION

a. The Government is obligated only to the extent of authorized calls orders actually placed against the BPA and shall not be liable in any manner in the event no calls are made.

b. BPA is considered complete when total purchases over the life of the BPA equal Master Dollar Limit or when stated time period expires.

c. This BPA can be discontinued upon thirty (30) days written notice by either party.

d. This BPA covers the period of 5 years, or until the BPA total dollar limit ($3,000,000.00 total combined value for all agreements established for this requirement) has been reached.

e. This BPA does not obligate any funds. Funds are obligated when an order/call is placed under this BPA.



3. PRICING

a. Prices to the Government for quantities furnished hereunder shall be as low as or lower than those charged the contractor’s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts.

b. The minimum period a price list may be in effect is one year. The Contractor shall furnish written requests for price changes to the Contracting Officer in sufficient time to permit review and distribution to ordering activities before the amended price becomes effective. The authorized price will be that which is approved and in effect at the time of call placement.

c. The Price List will contain the following information:

i. Description of all products/services

ii. Unit prices



4. PURCHASE LIMITATIONS

a. No individual call under this agreement shall exceed $250,000.00.

b. Cumulative BPA calls over the life of the BPA FOR ALL BPAs issued for solicitation W912SV-24-Q-0004 shall not exceed the BPA Master Dollar Limit of $3,000,000.00 (combined Master BPA Limit for all BPA holders).



5. INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THE BPA

a. A BPA call authorization letter may be issues by the Contracting Officer to the Contractor. The authorization letter will list the name, rank/title, and dollar limitation of persons authorized to make calls (orders) against the BPA



6. DELIVERY TICKETS

a. All items under this agreement shall be accompanied by a delivery ticket or sales slip that shall contain the following minimum information:

i. Name of Supplier

ii. BPA Number

iii. Date of Purchase

iv. Itemized list of Supplies, or Services Furnished

v. Quantity, Unit Price, and Extension of Each Item, Less Applicable Discounts

vi. Date of Delivery or Shipment



7. INVOICES/BILLING

For BPA Calls: Invoices for payment rendered under this agreement shall be submitted electronically through Wide Area Work Flow (WAWF) identifying the delivery tickets covered therein, stating the total dollar value, and supported by receipt copies of the delivery tickets. Delivery terms: Net 30




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MAARNG DO NOT DELETE 87 BARNUM RD
  • DEVENS , MA 01434-3505
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 26, 2024 08:29 am 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 >