BPA Pre-Packaged Meals - PRARNG

expired opportunity(Expired)
From: Federal Government(Federal)
W912LR-23-Q-1000

Basic Details

started - 18 Nov, 2022 (17 months ago)

Start Date

18 Nov, 2022 (17 months ago)
due - 09 Dec, 2022 (16 months ago)

Due Date

09 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
W912LR-23-Q-1000

Identifier

W912LR-23-Q-1000
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708859)DEPT OF THE ARMY (133109)NGB (17511)W7PA USPFO ACTIVITY PR ARNG (226)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (6)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

GENERAL INFORMATIONThe Puerto Rico Army National Guard has a requirement to issue multiple Blanket Purchase Agreement (BPA) to provide subsistence items for troops during the Inactive Duty Training (IDT) at Home Station Home Stations. Pre-packaged meals shall be delivered to the armories located within nine (9) regions of the commonwealth of Puerto Rico (Attachment 2).This is a combined synopsis/solicitation for commercial items 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, we are requesting quotes and we will not make a written solicitation.  This requirement is a request for quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect in the Federal Acquisition Circular 2005-95 (2021-5).The award will be a Firm Fixed Priced Award in accordance with the following:Set Aside: This acquisition is a 100% small business
set-aside.The Product Service Code is 8970, Composite Food Packages.The North American Industrial Classification System (NAICS) code for this acquisition is 722310 with a size standard of $41,500,000.DESCRIPTION OF ACQUISITION:The contractor shall supply pre-packaged to the armories located within nine (9) regions of the commonwealth of Puerto Rico.  Full description of the acquisition is on Section 5 of the Description of Requirement attached.Meals shall be in accordance with the 21-Days Menu attached.The Schedule for the BPA process is as follows:The Industry Questions will be addressed no later than 1 December 2022 by 11am EST. Questions may be sent by emailed at joseph.e.vega-quinones.mil@army.milThe Response to Industry Questions shall be no later than 2 December 2022 by 11am EST.Submit of Quotes must be no later than 9 December 2022, 2pm EST.  Email quotes to CPT Joseph E. Vega at joseph.e.vega-quinones.mil@army.mil.  If there are any questions, please email or call (787) 787-289-1400 x.7616.  It is offeror responsibility to ensure your quote is received using the attached quote form – Attachment 3. Use only this form. Quotes will only be accepted in PDF format. Do not send pictures.SCHEDULE OF SUPPLIES/SERVICES:Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and two (2) 12-month option years. The performance of all work must be in accordance with (IAW) the attached Description of Requirements attached.QUOTE PREPARATION INSTRUCTIONS:To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.The offeror must submit the Quote for Meals (Attachment 3) signed and dated with unit prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, the Description of Requirements and terms and conditions, the offeror agrees to accede to all requirements. Use only this form. Quotes will only be accepted in PDF format. Do not send pictures.Offers must provide a unit price for each meal in accordance with the 21-Days Menu (Attachment 1); Provide one standard price for all Breakfasts, Lunch, and Dinner menus:BreakfastLunchDinnerInterested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and Entity Identification Number (EID).To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.Quotes will be determined fair and reasonable based on competitive quotes, comparison with similar services in a related industry, comparison to an independent Government estimate, or any other reasonable basis in accordance with FAR 13.106-2.The Government intends to award a contract without discussions with respective offerors. Offerors  shall submit sufficient information and in the format specified in Quote Preparation Instructions.Offeror’s may be asked to clarify certain aspects of their quote to which the offeror has not previously had an opportunity to respond.BASIS FOR AWARD:This solicitation will result in multiple blanket purchase agreements (BPAs) for Pre-Packaged Meals. Basis of award is best value. BPA(s) will be awarded based on the best value to the government. The following evaluation factors will be utilized for evaluation of capabilities statements:Evaluation Factor: Quotes (Lowest Price – Fair & Reasonable)This is a 100% Small Business Set-Aside firm-fixed price contract. The small business contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.The Payments of this contract will be thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/CONTRACT TERMS AND CONDITIONS:The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2.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, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2.Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial - The provision at FAR 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition, with addenda. Reference attached Addendum to FAR 52.212-1.FAR 52.212-2, Evaluation-Commercial Items - The Government shall utilize the evaluation procedures included by addenda in lieu of the provision at FAR 52.212-2, Evaluation - Commercial Items. Reference attached Addendum to FAR 52.212-2.FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items - Offerors shall include a completed copy of the provision at FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items with its offer. Reference FAR 52.212-3 (b) for those representations and certifications completed electronically.FAR 52.212-4, Contract Terms and Conditions-Commercial Items - The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, without addenda.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items - The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition.The contractor shall comply with the following additional FAR clauses:FAR 52.219-28, Post-Award Small Business Program Representation;FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities;FAR 52.222-26, Equal Opportunity;FAR 52.222-36, Equal Opportunity for Workers with Disabilities;FAR 52.222-50, Combatting Trafficking in Persons;FAR 52.223-15, Energy Efficiency in Energy-Consuming Products;FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving on Base; FAR 52.225-13, Restrictions on Certain Foreign Purchases;FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management   The following provisions and/or clauses apply:FAR 52.204-7, System for Award Management;FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance;FAR 52.204-16, Commercial and Government Entity Code Reporting;FAR 52.204-18, Commercial and Government Entity Code Reporting:FAR 52.204-19, Incorporation by Reference of Representations and Certifications;FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;FAR 52-213-1, Fast Payment Procedure,FAR 52.222-3, Convict Labor;FAR 52.223-5, Pollution Prevention and Right Know Information;FAR 52.232-39, Unenforceability of Unauthorized Obligations;FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors;FAR 52.233-1, Disputes;FAR 52.237-1, Site Visit;FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation;FAR 52.243-1, Changes - Fixed-Price;FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2,Clauses Incorporated By Reference;FAR 52.252-3, Alterations in Solicitation;FAR 52.252-5, Authorized Deviations in Provisions;FAR 52.252-6, Authorized Deviations in Clauses;DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials,DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights;DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials;DFARS 252.204-7003, Control of Government Work Product;DFARS 252.204-7004 (Alternate A), System for Award Management;DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7011, Alternative Line-Item Structure;DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information;DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors;DFARS 252.211-7003, Item Unique Identification and Valuation;DFARS 252.211-7008, Use of Government-Assigned Serial Numbers;DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium;DFARS 252.225-7036, Buy American--Free Trade Agreements--Balance of Payments;DFARS 252.225-7048, Export-Controlled Items;DFARS 252.232-7003, Electronic Submission of Payment Requests;DFARS 252.232-7006, Wide Area Workflow Payment Instructions;DFARS 252.232-7010, Levies on Contract Payments;DFARS 252.243-7001, Pricing of Contract Modifications;DFARS 252.244-7000, Subcontracts for Commercial Items;DFARS 252.247-7023, Transportation of Supplies by SeaThe full text versions of referenced clauses and provisions is accessible through https://www.acquisition.gov/far/.

PR   USALocation

Place Of Performance : N/A

Country : United States

You may also like

Provides nutritious, culturally appropriate meals to seniors at meal sites

Due: 25 Dec, 2029 (in about 5 years)Agency: Department of Health & Human Svcs

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 311991Perishable Prepared Food Manufacturing
pscCode 8970Composite Food Packages