FY24 IA ARNG 185th RTI Schoolhouse Meals Amendment 01

Agency:
State: Iowa
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD00159616469984004
Posted Date: Oct 4, 2023
Due Date: Nov 6, 2023
Source: Members Only
Follow
FY24 IA ARNG 185th RTI Schoolhouse Meals Amendment 01
Active
Contract Opportunity
Notice ID
W912LP-24-Q-4000
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 04, 2023 02:05 pm CDT
  • Original Published Date: Oct 02, 2023 06:20 pm CDT
  • Updated Date Offers Due: Nov 06, 2023 11:00 am CST
  • Original Date Offers Due: Oct 10, 2023 11:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 21, 2023
  • Original Inactive Date: Oct 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8970 - COMPOSITE FOOD PACKAGES
  • NAICS Code:
    • 311991 - Perishable Prepared Food Manufacturing
  • Place of Performance:
    Johnston , IA 50131
    USA
Description View Changes

Best Value Trade-Off



Using FAR 13.5 and FAR Part 12 Procedures



AMENDMENT 01








  1. This is a combined synopsis/solicitation for commercial supplies 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. The combined synopsis is issued as a Request for Quotation (RFQ) under solicitation number: W912LP-24-Q-4000.










    1. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05 (22 Sept 2023).










    1. Small Business Set-Aside: 100%; Applicable Size Standard is 500 employees.










    1. NAICS Code: 311991










    1. Product or Service Code (PSC): 8970










    1. Posting Date: 02 Oct 2023










    1. Response Date: 06 Nov 2023










    1. Contracting Office: Iowa Army National Guard, 7105 NW 70th Ave, Johnston, IA 50131










    1. Government Points of Contact: Contracting Officer: Tracy Miller, tracy.c.miller11.civ@army.mil and Contract Specialist: Megan Kaszinski, megan.r.kaszinski.mil@army.mil.










    1. Commercial Line-item Number(s) (CLINS) and items, quantities, and units of measure:







CLIN:



Item Description:



Quantity:



Unit of Measure:



0001



Breakfast Meals



6,632



EA



0002



Lunch Meals



6,349



EA



0003



Dinner Meals



6.632



EA








    1. Description of requirements for the supplies to be acquired:







Breakfast, Lunch and Dinner meals for the Iowa Army National Guard’s 185th RTI Schoolhouse for the fiscal year during the period of 13 Jan 2024 through 1 Sep 2024 in accordance with Attachment 1: Meals Requirements Statement and Attachment 2: Menus and Headcounts.








    1. Date(s) and place(s) of delivery and acceptance:







Meal location and times can be found in Attachment 1: Meals Requirements Statement








    1. Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and addendum applies to this acquisition.










    1. Offerors shall ensure their information is updated and correct within FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services when they submit their quotes.










    1. FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to this acquisition.










    1. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.










    1. Defense Priorities and Allocations Systems (DPAS) Rating: Not rated.










    1. Additional applicable contract provisions and clauses are included below.







1.18.1 DEVIATION 2023-O0001:





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.





1.18.2 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



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



DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Supplier Performance Risk System in Past Performance Evaluations



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



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





1.18.3 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 Items



FAR 52.232-18, Availability of Funds



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



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



DFARS 252.204-7003, Control of Government Work Product



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 252.225-7048, 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 and Commercial Components (DoD Contracts)



DFARS 252.247-7023, Transportation of Supplies by Sea





1.18.4 The following provisions are incorporated into this solicitation by full text. The full text can be found at www.acquisition.gov (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 52.212-1, Instructions to Offerors – Commercial Items



FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Deviation 2023-O0002)



DFARS 252.203-7005, Representation Relating to the 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





The following clauses are incorporated by full text. The full text can be found at www.acquisition.gov.





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





The following clauses are incorporated into FAR 52.212-5 by reference:



- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards



- 52.204-27, Prohibition on a ByteDance Covered Application



- 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



- 52.219-6, Notice of Total Small Business Set-Aside



- 52.219-28, Post Award Small Business Program Representation



- 52.222-3, Convict Labor



- 52.222-19, Child Labor – Cooperation with Authorities and Remedies



- 52.222-21, Prohibition of Segregated Facilities



- 52.222-26, Equal Opportunity



- 52.222-35, Equal Opportunity for Veterans



- 52.222-36, Equal Opportunity for Workers with Disabilities



- 52.222-37, Employment Reports on Veterans



- 52.222-50, Combating Trafficking in Persons



- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving



- 52.225-13, Restrictions on Certain Foreign Purchases



- 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations



- 52.232-33, Payment by Electronic Funds Transfer – System for Award Management





DFARS 252.211-7003, Item Unique Identification and Valuation



DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions





52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Mar 2023)





(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition—



(1)Is set aside for small business and has a value above the simplified acquisition threshold;



(2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or



(3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.



(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—



(1) The solicitation number;



(2) The time specified in the solicitation for receipt of offers;



(3) The name, address, and telephone number of the offeror;



(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;



(5) Terms of any express warranty;



(6) Price and any discount terms;



(7) "Remit to" address, if different than mailing address;



(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);



(9) Acknowledgment of Solicitation Amendments;



(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and



(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.



(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.



(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.



(f) Late submissions, modifications, revisions, and withdrawals of offers.



(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.



(2)



(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-



(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or



(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or



(C) If this solicitation is a request for proposals, it was the only proposal received.



(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.



(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.



(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.



(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.



(g) Contract award (not applicable to Invitation for Bids). 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.



(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.



(i) Availability of requirements documents cited in the solicitation.



(1)



(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-



GSA Federal Supply Service Specifications Section



Suite 8100 470 East L’Enfant Plaza, SW



Washington, DC 20407



Telephone (202) 619-8925



Facsimile (202) 619-8978.



(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.



(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:



(i) ASSIST ( https://assist.dla.mil/online/start/).



(ii) Quick Search ( http://quicksearch.dla.mil/).



(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-



(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm);



(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or



(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.



(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.



(j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.



(k) [Reserved]



(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:



(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.



(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.



(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.



(4) A summary of the rationale for award;



(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror.



(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.=



(End of provision)





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






  1. QUOTE SUBMISSION INSTRUCTIONS








    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 01 November 2023 at 11:00 a.m. (local/central time).










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










    1. Submission. The quote submitted in response to this solicitation shall be formatted as stated below and furnished electronically to the Contract Specialist (KS), Megan Kaszinski megan.r.kaszinski.mil@army.mil. You may also fax your quote to (515) 252-4617; however, email is preferred.










    1. Quote Compliance. The Government must have received a fully compliant quote from the offeror. The quote is compliant when it conforms to all of the requirements, terms, and conditions of the solicitation, including attachments. This also includes receiving 3-5 Past Performance Questionnaires in accordance with the instructions providing in Attachment 4.










    1. Reserved










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










    1. Reserved










    1. Reserved










  1. QUOTE FORMAT AND DOCUMENTS








    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.








  1. PAST PERFORMANCE








    1. The offeror shall submit information for a total of up to three (3) years (no more than five (5)) of recent contract past performance references that were performed by the offeror or proposed subcontractor, which the offeror considers to have relevance. These may include foreign, federal, state, local and private industry contracts.












      1. While the Government may elect to consider data obtained from internal and external sources other than the quote, the burden of providing thorough and complete past performance information remains with the offeror. It is the offeror’s responsibility to submit detailed and complete information so the Government may evaluate its Past Performance.












    1. The Government does not assume the duty to search for data to cure problems it finds in quotes.










    1. The below instructions are provided to advise offerors as to the information required by the Government to assess the contractor’s Recent and Relevant past performance. Since this information constitutes a basis of the Government’s review, it is imperative that the offeror present its past performance in a clear and complete manner.












      1. Failure to provide the information requested below may result in an assessment that the offeror does not possess a record of Recent and Relevant past performance.














      1. Recent contracts are those performed within three years of the date of issuance of this solicitation.














      1. Relevant contracts are those comparable in scope and magnitude of effort and complexity to the Purchase Description (PD) requirements.














      1. At least one of the past performance references that the offeror submits shall include recent and relevant performance of the same or similar requirements as those described in the PD.












    1. Contract Information: The offeror’s quote shall substantiate what distinct effort was required and actually performed under each of the contract(s) included in the quote.












      1. For each Contract submitted, provide the following information:

        • Prime Contractor name and address;

        • Contract number (and delivery/contract number if applicable);

        • Contract type;

        • Total value of the contract (beginning and ending value);

        • Delivery or performance schedule;

        • Contract period of performance;

        • Government or private industry contracting activity address, telephone number and email address;

        • Procuring Contracting Officer’s (PCO) and/or Contract Specialist’s name, or point of contract for private industry entity responsible for signing or administering the contract, telephone number and email address;

        • Government (DCMA) or private industry Administrative Contracting Officer (ACO), Contracting Officer’s Representative (COR), performance certifier, and/or Quality Assurance Representative (QAR) name, telephone number and email address;

        • Specify the Government of Contractor POC for which the questionnaire was sent, and provide the date it was sent.
















      1. Provide a description of the work performed by the offeror, which shall include a narrative describing the similarities between (1) the relevant work performed under the PD requirements of the offeror’s cited contract(s) and (2) the PD requirements identified within.














      1. Provide a brief self-assessment of contract performance.














      1. If the proposed Contract was issued under or in connection with a related written instrument (e.g. IDIQ, BOA, BPA, FSS) and the details of the distinct effort actually performed needed to establish relevancy on the proposed contract are further defined within the terms and conditions (e.g. statement of work) of that related written instrument, provide that information and any other information necessary to establish this instrument's relationship to the proposed contract. (These documents can be submitted as stand-alone attachments with the quote).














      1. The offeror may also be evaluated based on other internal Government or private source information. The Government may utilize the Contract Performance and Rating System (CPARS) to search for recent and relevant offeror performance and ratings.












    1. The Government will conduct an in-depth evaluation of all recent performance information to determine how closely the products provided under those contracts relate to the management and technical requirement(s). Consideration will be given to similar complexity of the effort, breadth and depth of skills, similar contract scope and type, and schedule.










    1. The offeror may provide a copy of its most recent CPARS evaluation, if applicable, showing the overall rating(s) for each of the past performance references provided in the quote.










    1. Past Performance Questionnaire. A Questionnaire is included as Attachment 4. For each contract submitted by the offeror, the offeror shall submit a copy of the questionnaire directly to the appropriate technical representative responsible for the past/current contracts. The offeror shall request that these individuals complete the questionnaire and submit it electronically directly to the Contract Specialist Megan Kaszinski at megan.r.kaszinski.mil@army.mil as soon as possible by 01 Nov 2023 with the subject heading of “PAST PERFORMANCE INFORMATION FOR W912LP-24-Q-4000 (Offeror Name).








  1. PRICE Quote Format.








    1. Offerors shall complete Attachment 3: Vendor Contact Information and Pricing Table and provide it with their quote. If the contractor submits additional quote documents, Attachment 3 shall still be completed and submitted with their other documents. The quote shall contain:












      1. Company/Organization’s Name

      2. Company/Organization’s POC Name, telephone number with area code, email address, CAGE Code, UEI number, TAX ID number, prompt payment discount terms, and business size and socioeconomic category, if applicable.

      3. Unit price and extended amount (price) for each CLIN.










  1. EVALUATION FACTORS FOR AWARD








    1. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:












      1. Past Performance














      1. Price












    1. Basis for Award












      1. The Government intends to award a single Firm-Fixed Price (FFP) Contract as a result of this solicitation.














      1. Per FAR 9.103, the contract will be placed only with an offeror that the Contracting Officer determines to be responsible, that is, those who can satisfactorily perform the necessary tasks and deliver the required meals on time. Prospective offerors, in order to qualify as sources for this acquisition, must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. In addition, the Government may assess the offeror’s financial ability to meet the solicitation requirements. No award can be made to an offeror who has been determined to be not responsible by the Contracting Officer.














      1. Completeness. The Government’s ability to evaluate a quote may depend on the level of detail and supporting documentation provided. Insufficient supporting documentation or detail in a quote may prevent the Government from evaluating a quote.














      1. The Government will assess the offeror’s quote on two factors: (1) Past Performance and (2) Total Price (TP).












    1. EVALUATION OF PAST PERFORMANCE












      1. The evaluation of this factor will assess the risk of unsuccessful performance of the offeror’s proposed approach to performing efforts of a similar scope, magnitude, and complexity as the requirement described in the solicitation and attachments.














      1. The Government will evaluate the offeror’s past performance to determine the likelihood that the offeror will successfully perform the required effort described in the solicitation and attachments.














      1. Contracts submitted in the Past Performance section of the offeror's quote will not be considered if the Government determines them to be not recent, not relevant, or lacking any credible past performance information. If the offeror does not have a record of Recent and Relevant past performance information the offeror will be rated as "Neutral,” which is neither favorable nor unfavorable.














      1. The offeror may also be evaluated on past contract performance information utilizing internal Government or private source information and the Government reserves the right to use any information received as part of its evaluation. The Government may contact any of the references the offeror provides and reserves the right to use any information received as part of its evaluation.














      1. In evaluating the offeror's performance history, the Government may compare the offeror's deliveries or performance to the contract's original delivery or performance schedule, unless the delay was Government-caused. Schedule extensions that were the fault of the offeror, even if consideration was provided, may be counted against the offeror.












    1. EVALUATION OF PRICE FACTOR












      1. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3. Through these techniques the Government will determine whether prices are reasonable, complete, and are not unbalanced.














      1. Reasonableness. The Government will evaluate the price reasonableness of the offerors' proposed prices to ensure that in its nature and amount, it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government shall employ price analysis techniques in accordance with FAR 13.106-3 to determine that a proposed price is fair and reasonable.









Attachments:



ATTCH 1: Amendment 01 Meals Requirements Statement



ATTCH 2: Amendment 01 Menus and Headcounts



ATTCH 3: Amendment 01 Vendor Contact Information and Pricing Tables



ATTCH 4: Amendment 01 Past Performance Questionnaire




Attachments/Links
Contact Information View Changes
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 >