Skip to main content

An official website of the United States government

You have 2 new alerts

CRTC MS - Southern Strike FY22 meal prep and KP services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Mar 29, 2022 11:53 am CDT
  • Original Published Date: Mar 15, 2022 01:33 pm CDT
  • Updated Date Offers Due: Apr 08, 2022 12:00 pm CDT
  • Original Date Offers Due: Apr 08, 2022 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 23, 2022
  • Original Inactive Date: Apr 23, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722310 - Food Service Contractors
  • Place of Performance:
    Gulfport , MS 39507
    USA

Description

Ammendment 29 March 2022 - Correct date in para. 1.5.1 to reflect correct period of performance.

Ammendment 18 March 2022 - Changes in PWS; Hours of food service operation, using regular and/or paper dishes/utensils, food menu tentative, and info on box lunches.  Also added Dishwasher/Clipper to Equipment listing and updated menu.  

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is "W50S7K-22-R-0003" and is issued as a Request for Quote (RFQ) for the CRTC Commercial Internet Description Subscription.  This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2022-03, effective 30 Dec 2021 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20220128 dated 28 January 2022. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as total small business set-aside.

The North American Industry Classification System Code (NAICS) is 722310 and the small business size standard is $41,500,000.00.

The contractor shall provide meal preparation and KP duties for the CRTC Southern Strike exercise.  The period of performance for this service is 19 April 2022 – 4 May 2022.

SITE VISIT
No site visit will be conducted for this requirement, but video calls and virtual walk through can be arranged.  Offers’ may contact either of the POC’s listed below to arrange this.

Offers are due NLT Friday, April 8th, 2021, at 12:00 P.M. Central time, using the bid sheet provided. Offers shall be emailed to brian.davis.18@us.af.mil and michael.hornbeck@us.af.mil . Questions concerning this solicitation should be addressed to MSgt Brian Davis, (228) 214-6072.

BASIS OF AWARD:

BASIS OF AWARD:

This is a competitive requirement in which competing offerors' proposal will be evaluated on a best value basis. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a proposal being determined unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.  

The following factors will be used to evaluate the proposals: (1) Past Performance, (2) Technical Capabilities and (3) Price.

  • Past Performance shall be evaluated at being relevant or not relevant, and performance confidence as acceptable or unacceptable.   Past Performance will be reviewed through FAPIIS and other Government tracking sites.  Vendors may submit Past Performance IAW the instruction below.

Submit no more than three (3) references for projects with similar scope/magnitude completed within the last 5 years. The references are to assist the Contracting Officer in the evaluation of past performance.

Provide the following information requested in this format for each of the projects/contracts being submitted as a reference project. Projects may be on going and cannot have been completed any earlier than 5 years prior to the solicitation issue date.

Project/Contract Title: ________________________________________________________

Project Specifics:

• Description of Effort as ______Prime Contractor or _____Subcontractor

• Contract Number__________________________________________________________

• Original Contract $ Value _____________ Current/Final Contract $ Value ____________

• If amounts above are different, provide a brief description of the reason:

Completion Date:

• Original Scheduled Completion Date: ____________________________________

• Final Completion Date: _________________________________________

• If original completion date and final completion dates are different, provide a brief description of the reason:

Provide brief description of the work performed under the contract and describe why you believe the work is relevant to this solicited project.

Provide a Point of Contact for Owner/Government agency Contracting Officer and or inspector for each reference project; include a current phone number and Email address

  • Technical capability shall be evaluated as ACCEPTABLE/UNACCEPTABLE for the following areas
    • Capability - Does the proposal demonstrate a clear understanding of the performance work statement and the degree to which the proposed technical design and implementation approach is technically and managerially sound and likely to produce results and meet the objectives of the Meal Preperation and KP Services as described in this solicitation.
  • Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor.

All evaluation factors other than price, when combined, are approximately equal to price.

Vendors MUST submit the completed the Bid Sheet in the solicitation attachements. 
FAR and DFARS representations must be updated in SAM, to include the Covered Telecommunications Equipment and Services Representations.

The full text of a clause/provision may be accessed electronically at http://acquisition.gov . Award will be made to the offeror which is most advantageous to the government. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can register in SAM at www.sam.gov or contact SAM by calling 1-866-606-8220.

Invoicing will be required through WAWF at https://wawf.eb.mil/ and vendors are required to be registered in SAM at https://www.beta.sam.gov.

SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.beta.sam.gov/.

This contract is susceptible to the Service Contract Act. 
Please reference the below wage determination.  This is subject to change upon time of award.
WD 15-5147 (Rev.-16) posted on https://beta.sam.gov/ on 12/26/2021

APPLICABLE CLAUSES/PROVISIONS:

FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.204-7 System for Award Management
FAR 52.204-9 Personal Identity Verification of Contractor Personnel
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 52.204-17 Ownership or Control of Offeror
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.204-20 Predecessor of Offeror
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-22 Alternative Line Item Proposal
FAR 52.207-3 Right of First Refusal of Employment
FAR 52.209-1 Qualification Requirements
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-7 Information Regarding Responsibility Matters
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.219-6 Notice of Total Small Business Set Aside
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.222-41 Service Contract Labor Standards
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires
FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.222-55 Minimum Wages Under Executive Order 13658
FAR 52.222-62 Paid Sick Leave Under Executive Order 13706
FAR 52.223-6 Drug-Free Workplace
FAR 52.223-10 Waste Reduction Program
FAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners
FAR 52.223-19 Compliance with Environmental Management Systems
FAR 52.224-1 Privacy Act Notification
FAR 52.224-3 Privacy Training
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer/ Central Contractor Registration
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.237-1 Site Visit
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation
FAR 52.243-1 Changes—Fixed Price--Alternate I
FAR 52.246-4 Inspection of Services—Fixed-Price
FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
FAR 52.252-2 Clauses Incorporated by Reference

DFARS 252.201-7000 Contracting Officer's Representative
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 Personnel Work Product
DFARS 252.204-7004 DoD Antiterrorism Awareness Training for Contractors
DFARS 252.204-7006 Billing Instructions
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
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 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services
DFARS 252.223-7004 Drug-Free Work Force
DFARS 252.225-7000 Buy American and Balance of Payments Program.
DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program--Basic
DFARS 252.239-7098 – Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites – Representation (Deviation 2021-O0003) (April 2021)

Contracting Office Address:

Combat Readiness Training Center – Battlefield Airman Center

4715 Hewes Ave, bldg. 146

Gulfport, MS 39207

Primary Point of Contact:

Brian M. Davis, 228-214-6072
brian.davis.18@us.af.mil.mil

Secondary Point of Contact:

Michael S. Hornbeck II, 228-214-6168
michael.hornbeck@us.af.mil
 

Contact Information

Contracting Office Address

  • KO FOR MSANG DO NOT DELETE 4715 HEWES AVE BLDG 146
  • GULFPORT , MS 39507-4324
  • USA

Primary Point of Contact

Secondary Point of Contact

History