KYANG FY 23 KP SERVICE

Agency: DEPT OF DEFENSE
State: Kentucky
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159730341224565
Posted Date: Nov 22, 2022
Due Date: Dec 1, 2022
Solicitation No: W50S8L-23-Q-1001
Source: Members Only
Follow
KYANG FY 23 KP SERVICE
Active
Contract Opportunity
Notice ID
W50S8L-23-Q-1001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NA USPFO ACTIVITY KYANG 123
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 22, 2022 05:07 pm EST
  • Original Date Offers Due: Dec 01, 2022 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 16, 2022
  • 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:
    Louisville , KY 40213
    USA
Description

UNFUNDED:



**** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING****



PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2023.



Please confirm that your items are on your GS Schedule or if they are Open Market.



Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule#, and lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and FAR 25.2) All line items will accept a "OR EQUAL" (All items requested will accept an item that meets, exceeds, or equal specifications listed.)



Pending Availability of Funds. Please make quotes good through 30 September 2023.



Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply.



Award will be based on BEST Value to the Government



PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2023. Please indicate all



OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule#, and lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and FAR 25.2) All line items will accept a meets, exceeds, or an OR Equal item.



Or Equal



(All items requested will accept a meets, exceeds, or an Or Equal item.)



Please confirm that your items are on your GS Schedule or if they are Open Market.



As this is a Department of Defense purchase request, all offered products must comply with the Buy



American Act (FAR Section 25.1 and 25.2)



Pending Availability of Funds.



Please make quotes good through 30 September 2023.



Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply.



Award will be based on Lowest Price Technically Acceptable (LPTA)





FBO Announcement: Combined Synopsis/Solicitation



Action Code:



Subject: KYANG FY 23 Catering



Solicitation Number: W50S8L-23-Q-1001



Response Date: December 01, 2022, 10:00 AM EST



Contact Points: Lt Johnathan Vance or Glennquetta Odom



Delivery shall be FOB Destination for the following items no later than 30 days ADC:



Kentucky Air National Guard



1101 Grade Lane



Louisville, KY 40213



Description:



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures.



This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-2019-01)



Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.



The associated North American Industrial Classification System (NAICS) code for this procurement is 722320 with a small business size standard of 1,000 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration



*** All interested Contractors shall provide a quote for the following:



Background:



All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item.



GSA quotes received will take precedence over any open market quotes per FAR part 8



Price Schedule:



All offerors shall provide a quotation for the following line items:



CLIN 0001



FY 2023 KP Service for Unit Training Assembly





FY 2023 DATES



10-11 Dec 2022



21-22 Jan 2023



4-5 Feb 2023



25-26 Mar 2023



29-30 Apr 2023



20-21 May 2023



01-04 Jun 2023 (super drill)



05-06 Aug 2023



09-10 Sep 2023



Meal Estimates:



Main Serving Line - 300 meals per lunch each day of UTA.



Holiday Meal Serving Line – 400 meals each holiday meal of UTA.



Ground Support Meals -25 meals per day each day of UTA.





Provisions and Clauses:



The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil



Provisions



52.204-7 System for Award Management



52.212-1 Instructions to Offerors- Commercial Items



52.212-2 Evaluation- Commercial Items contracting officer may insert provision when evaluating other factors are required



52.212-3 Offerors Representations and Certifications-Commercial Items



52.225-18 Place of Manufacture



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications



Clauses



The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract.



FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998),



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil





52.204-7 System for Award Management



52.204-10 Reporting Executive Compensation



52.204-13 System for Award Management



52.204-19 Incorporation by Reference of Representations and Certificates



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)



52.209-10 Prohibition on Contracting With Inverted Domestic Corporations



52.212-4 Contract Terms and Conditions- Commercial Items



52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g))



52.222-3 Convict Labor (June2003) (E.O. 11755)



52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126)



52.222-21 Prohibition of Segregated Facilities (Feb 1999)



52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246)



52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)



52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513)



52.225-1 Buy American Supplies



52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I



52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury)



52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332)



52.216-24 Limitation of Government Liability



52.216-25 Contract Definitization



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Contractors



52.333-1 Disputes



52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553)



52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)



52.237-1 Site Visit



52.237-2 Protection of Government Buildings, Equipment, and Vegetation.



52.244-6 Subcontracts for Commercial Items



52.247-34 FOB Destination



52.225-7000 Buy American--Balance of Payments Program Certificate





252.203-7000 Requirements Relating to Compensation of Former DoD Officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)



252.211-7003 Item Unique Identification and Valuation



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012)



252.232-7006 Wide Area WorkFlow Payment Instructions



252.232-7010 Levies on Contract Payments



252.204-7008 Compliance with Safeguarding Covered defense Information Controls



252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013)



252.225-7012 Preference for Certain Domestic Commodities



252.225-7048 Export-Controlled Items (Jun 2013)



252.243-7001 Pricing of Contract Modifications





Clauses incorporated by Full Text



FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR



EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION)



(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph



(a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, 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.



(b)



(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. 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 (Apr 2010) (Pub. L. 110-



252, Title VI, Chapter 1 (41 U.S.C. 251 note)).



(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).



(vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)



(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).



___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).



(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for



Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007)



(41 U.S.C. 351, et seq.).



(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for



Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)



(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).



(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar



2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.



(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb



2006) (46 U.S.C. Appx 1241(b) 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 items a minimal number of additional clauses necessary to satisfy its contractual obligations.



(End of Clause)



52.217-5 Evaluation of Options.



As prescribed in 17.208(c), insert a provision substantially the same as the following:



Evaluation of Options (July 1990)



Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision)





52.217-8 Option to Extend Services.



As prescribed in 17.208(f), insert a clause substantially the same as the following:



Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days (End of clause)



52.217-9 Option to Extend the Term of the Contract.



As prescribed in 17.208(g), insert a clause substantially the same as the following:



Option to Extend the Term of the Contract (Mar 2000)



(a) The Government may extend the term of this contract by written notice to the Contractor within30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.



(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.



(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years). (End of clause)



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



As prescribed in 19.508(c), insert the following clause:



Notice of Total Small Business Set-Aside (Nov 2011)



(a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.



(b) Applicability. This clause applies only to-



(1) Contracts that have been totally set aside or reserved for small business concerns; and



(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).



(c) General.



(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.



(2) Any award resulting from this solicitation will be made to a small business concern.



(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.



252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR



EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010)



(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR



Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or



Executive orders applicable to acquisitions of commercial items or components.



(1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847



of Pub. L. 110-181).



(14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL



2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).



(25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).



(26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).



(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement



Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:



(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).



(5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).



(End of clause)



For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than THURSDAY, DECEMBER 01, 2022 at 10:00 AM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at jonathan.vance.4@us.af.mil or glennquetta.odom@us.af.mil. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2023. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Glennquetta Odom, (502) 413-4617 if any additional information is required.



Evaluation



Award shall be made to the vendor based on best value to the government. The government shall evaluate price for reasonableness. All quotes must be technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DODAAC FOR KYANG DO NOT DELETE 1101 GRADE LANE SUITE 2
  • LOUISVILLE , KY 40213-2614
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 22, 2022 05:07 pm ESTCombined Synopsis/Solicitation (Original)

Related Document

Dec 1, 2022[Combined Synopsis/Solicitation (Updated)] KYANG FY 23 KP SERVICE

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 >