SCARNG Hot Catered Meals

expired opportunity(Expired)
From: Federal Government(Federal)
W912QG24Q0010

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (1 month ago)

Due Date

28 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W912QG24Q0010

Identifier

W912QG24Q0010
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708886)DEPT OF THE ARMY (133113)NGB (17512)W7NZ USPFO ACTIVITY SC ARNG (197)
[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.

****This requirement has been revised. Refer to attached Ammendment and Revised Feeding Schedule. ****1. This is a solicitation for commercial hot catered meals prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. It is highly advisable that potential offerors check SAM.gov on a daily basis until closing in case an amendment to the solicitation was issued.2. This is a 100% small business set aside. The NAICS Code for this requirement is 722320 with a size standard of $9,000,000. If an offerors representation in SAM.gov does not list the exact NAICS code as listed above the offerors quote may still be considered unless the size standard(s) showing in their SAM representations exceed that of this solicitation or offeror shall be considered a large business and the offer shall be rejected. However, an offeror may submit FAR Provision
52.212-3 Alt I, stating that they are a small business for NAICS Code 722320. An authorized official of the company must sign and date the provision.3. In accordance with (IAW) FAR 16.202-2, this is a Firm Fixed Price contract. A firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor’s cost experience in performing the contract. This contract type places upon the contractor maximum risk and full responsibility for all costs and resulting profit or loss. It provides maximum incentive for the contractor to control costs and perform effectively and imposes a minimum administrative burden upon the contracting parties.4. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03, effective date 02/23/2024 and DFARS Change 02/15/2024.5. In accordance with (IAW) Federal Acquisition Regulation (FAR) 4.1102 and FAR Provision 52.204-7, all offerors shall be registered & active in SAM at the time of submission of an offer or quotation and shall continue to be registered & active until time of award, during performance, and through final payment of any contract. Quotes received from Offerors whose registration in SAM.gov is not active cannot be considered. Offerors must also complete the DFARS certifications and representations in SAM.gov prior to submitting a quote.6. Offerors shall prepare their quotes IAW FAR Provision 52.212-1. The offeror shall quote all items. Partial quotes will not be accepted be accepted by the Government.7. Evaluations of all quotes will be conducted by the Government in accordance with Addendum 1 to FAR Provision 52.212-1.8. Offeror shall return the following documents with their quotes: a. Offerors shall complete and return the follow Provisions or Clauses if they have not completed their annual representation and certifications electronically in SAM.gov IAW FAR Provision 52.204-7. Offerors shall ensure that both the FAR and DFARS Representations and certifications are completed in SAM.gov. 1.17.1. 52.204-24 1.17.2. 52.204-26 1.17.3. 52.212-3 Alt I (Read first paragraph and follow instructions) 1.17.4. 252.204-7016 1.17.5. 252.204-7017 b. Failure to provide the following SC DHEC documents and/or providing documents that do not meet the appropriate criteria will render the quote non-responsive and will not be considered. (1) Copy of caterers most current S.C. DHEC Retail Food Establishment Inspection Report. The overall rating shall not be lower than 88%. All questions concerning this report must be addressed to: SC Department of Health and Environmental Compliance (DHEC) at (803)896-0640 or Food-SafetyTeam@dhec.sc.gov. The report will be verified by the Government with S.C. DHEC. (2) Copy of caters Grade Decal issued by the S.C. DHEC. The grade shall be no lower than A. The grade will be verified by the Government with S.C. DHEC. (a) The SC DHEC Grade Decal is required for all buildings and/or mobile kitchens utilized by the caterer. (b) Reciprocity exist with NC and GA only. However, contact must be made with SC DHEC and provide permitting records from home state to ensure compliance with SC rules and regulations. Out of state offerors only, shall provide a memorandum, with their offer, to this office testifying they have made contact with SC DHEC to ensure compliance. An authorized representative of the company shall sigh and date the document. (c) The contractor and/or subcontractor shall strictly adhere to the South Carolina (S.C.) Department of Health & Environmental Control (DHEC) Regulation 61-25, Retail Food Establishments during the handling, storing, preparation, transportation and serving of food. Link to SC DHEC Regulations https://scdhec.gov/food-safety/retail-food c. Past Performance questionnaire. d. Standard Form 1449. (1) Place overall total quoted price in block 26. (2) Print and sign in blocks 30 (3) For each item number, place the item unit price and item total amount in the spaces shown.9. The Government will not provide any payment in advance of the performance of this contract. Payment will not be made until all supplies have been delivered to the unit, the vendor has inputted a proper invoice into WAWF, the units WAWF Acceptor verifies all supplies has been delivered and accepts the invoice. This process can take up to 30 days, provided the contractor does not make any mistakes in WAWF.10. The Government will not accept any offerors terms and conditions proposed by offerors. The only acceptable terms and conditions are those listed in this solicitation and the resultant award.11. Submission of quotes. All quotes shall be submitted as a Word document or PDF files. No other formats are acceptable. Each document shall have its own file, do not combine documents together. For example, the signed solicitation should be one file by itself, the DHEC Inspection report should be one file, etc. 12. Timeless of quotes. IAW FAR Provision 52.212-1(f)(1), quotes shall be sent electronically so as to arrive in the Governments inbox by the designated time. The official time/date stamp for acceptance will be the date/time shown in the Government users Received column within Outlook. Be aware that if multiple emails are to be sent due to file sizes, all emails must arrive before the designated due date/time or the quote will be considered late. The Government is not responsible for any delays caused by the email transmission process. Contractors are cautioned not to wait to until the last minute to send their quote in order to avoid issues.13. Request for additional information. All request for additional information beyond that contained within this solicitation shall be emailed to the designated POC NLT 13 Mar 2024. All questions received shall be consolidated and posted with Governments responses for all to see as an amendment to the solicitation. Questions received by phone will not be accepted.14. IAW FAR 52.212-1(b)(9), all amendments issued to the solicitation must be signed and returned with the quote.15. The award announcement will be posted to SAM.gov for all to see. Users should use the solicitation number to search for the award announcement.16. IAW FAR 9.104-4, prime contractors are responsible for determining the responsibility of their prospective subcontractors regarding debarred, ineligible or suspended firms. Any poor performance by the subcontractor shall be reflected upon the prime contractor through the following federal performance reporting systems: Supplier Performance Risk System (SPRS), Contractor Performance Assessment Reporting (CPARS) and Federal Awardee Performance and Integrity Information System (FAPIIS).(End)

Eastover ,
 SC  29044  USALocation

Place Of Performance : N/A

Country : United StatesState : South CarolinaCity : Eastover

Office Address : KO FOR SCARNG DO NOT DELETE 9 NATIONAL GUARD ROAD COLUMBIA , SC 29201-4763 USA

Country : United StatesState : South CarolinaCity : Columbia

You may also like

CATERED MEALS FOR SOG SELECTION CLASS AND GTAC CLASS #242

Due: 25 May, 2024 (in 27 days)Agency: U.S. MARSHALS SERVICE

PUEBLO FOODS FY24 3RD QTR GROUND BEEF/HOT DOGS 4/17/2024 DELIVERY

Due: 30 Apr, 2024 (in 2 days)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

89--FCI TALLAHASSEE - Q1 FY24 National Menu - Meats, Frankfurters (Hot Dogs),

Due: 04 May, 2024 (in 6 days)Agency: JUSTICE, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 722320Caterers
pscCode 8945Food, Oils and Fats