1-168 INF Meals 3-5 Nov 2023, Camp Dodge, Johnston, IA

Agency:
State: Iowa
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159570478485090
Posted Date: Oct 17, 2023
Due Date: Oct 19, 2023
Source: Members Only
Follow
1-168 INF Meals 3-5 Nov 2023, Camp Dodge, Johnston, IA
Active
Contract Opportunity
Notice ID
W912LP-24-Q-2000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M8 USPFO ACTIVITY IA 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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Oct 17, 2023 12:07 pm CDT
  • Original Published Date: Oct 12, 2023 11:57 am CDT
  • Updated Date Offers Due: Oct 19, 2023 10:00 am CDT
  • Original Date Offers Due: Oct 19, 2023 10:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 03, 2023
  • Original Inactive Date: Nov 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8970 - COMPOSITE FOOD PACKAGES
  • NAICS Code:
    • 722320 - Caterers
  • Place of Performance:
    Johnston , IA 50131
    USA
Description View Changes

Amendment 01 is incorported to attach Q&A dated 10/17/2023. All other terms and conditions of the solicitation remain unchanged, including the quote due date and time.





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.



This solicitation is a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05, effective 09/22/2023.



The associated North American Industrial Classification System (NAICS) code for this procurement is 722320 with a small business size standard is $9,000,000.00.



The Iowa National Guard is seeking to purchase breakfast and dinner meals for training dates 3-5 November 2023, at Camp Dodge in Johnston, IA.



All interested contractors shall provide an offer in compliance with Attachment 1 “Meals Requirements Statement” and Attachment 2 “Daily Menus and Headcounts” to be considered for award. Attachments 1 and 2 will be incorporated by full text into the awardee’s purchase order.



Address and Mealtimes:



Address:



Camp Dodge Joint Manuever Training Center



BLDG S53



7105 NW 70th Ave.



Johnston, IA



Postal Code:



50131-1824



Country:



UNITED STATES



Breakfast: 6:30 a.m. to 8:00 a.m.



Dinner: 5:00 p.m. to 7:30 p.m.



The following provisions are incorporated by reference:





FAR 52.204-7, System for Award Management



FAR 52.204-16, Commercial and Government Entity Code Reporting



FAR 52.212-1, Instruction to Offerors – Commercial Items



DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System



DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime



252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation



The following clauses are incorporated 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 Products and Commercial Services



DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officers



DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



DFARS 252.204-7003, Control of Government Personnel 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 252.225-7001, Buy American and Balance of Payments Program



DFARS 252.225-7048, Export Controlled Items



DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime



DFARS 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7010, Levies on Contract Payments



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 can be found at www.acquisition.gov and Attachment #3. (All representations and Certifications shall be completed within contractor’s Systems for Award Management (SAM) profile on www.sam.gov.)





FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services, Alt I



DFARS 252.203-7005, Representation Relating to 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



DFARS 252.225-7000, Buy American and Balance of Payments Program





The following clauses are incorporated by full text. The full text can be found at www.acquisition.gov and Attachment #1. (All representations and Certifications shall be completed within contractor’s Systems for Award Management (SAM) profile on www.sam.gov.)





FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items



DFARS 252.211-7003, Item Identification and Valuation



DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions





In accordance with DEVIATION 2023-O0001 Verification of Eligibility of Small Business Joint Venture. 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.



Addendum to FAR 52.212-1




  1. OFFEROR SUBMISSION INSTRUCTIONS



    1. Submission. Contractor shall include a completed Attachment 4 “Contractor Information and Pricing Tables,” and submit with any other offer documents.





    1. Offer Compliance. The Government must receive a fully compliant offer. The offer is compliant when it conforms to all the requirements, terms, and conditions of the solicitation, including all attachments and instructions. Quote submission shall be received not later than 10:00 a.m. central (local) time on 19 October 2023.





2. OFFER FORMAT



2.1 Complete and return the Contractor Information and Pricing Tables. Electronic quote is preferred and shall be submitted via email to Kelsey Letcher, kelsey.l.letcher.civ@army.mil and Tracy Miller, tracy.c.miller11.civ@army.mil. Regardless of how the quote is delivered, the contractor is responsible for ensuring it is received in the USP&FO-Iowa Purchasing and Contracting office not later than the due date and time. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f).



2.2 Questions regarding this solicitation shall be forwarded in writing via e-mail to Kelsey Letcher, kelsey.l.letcher.civ@army.mil and Tracy Miller, tracy.c.miller11.civ@army.mil.



Attachments



1 - Meal Requirements Statement



2 - Daily Menus and Headcounts



3 - Full Text Provisions and Clauses



4 - Contractor Information and Pricing Tables


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR IAARNG DO NOT DELETE 7105 NW 70TH AVE
  • JOHNSTON , IA 50131-1824
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >