Skip to main content

An official website of the United States government

You have 2 new alerts

Provide & Serve Contract Meals

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: Feb 21, 2024 10:47 am EST
  • Original Published Date: May 05, 2020 02:25 pm EDT
  • Updated Date Offers Due: May 19, 2020 11:00 am EDT
  • Original Date Offers Due: May 19, 2020 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 03, 2020
  • Original Inactive Date: Jun 03, 2020
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722320 - Caterers
  • Place of Performance:
    South Portland , ME 04106
    USA

Description

This is a combined synopsis/solicitation for commercial services 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a Total Small Business Set-Aside in accordance with FAR 52.219-6. This is issued as a Request for Quote (RFQ). The solicitation number is W50S83-20-Q-0001. The NAICS is 722320 with a size standard of $7.5 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-05, effective 03/30/2020. Currently, General Decision Number WD 2015-4005 respectively (Rev No. 12), dated 12/23/2019 is applicable to this combined synopsis/solicitation. This decision is linked below. https://beta.sam.gov/wage-determination/2015-4005/12?index=wd&keywords=&is_active=true&date_filter_index=0&date_rad_selection=date&wdType=sca&state=ME&cba=noCBA&prevP=prevPerfYesLocality&page=1

This solicitation is being issued on behalf of the Maine Air National Guard utilizing procedures in FAR part 13.1, Simplified Acquisition Procedures. The Government intends to place a Single, Best value, Firm-Fixed Price purchase order to the winning quote without discussions. Offerors must address all areas of the RFQ as well as show adequate knowledge and experience in catering meals in accordance with the Performance Work Statement (PWS) to be considered technically acceptable.

Submission and Evaluation of Proposals: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein.  Offers shall be submitted as a single electronic package to the Primary Point of Contract (POC) email address not later than the date and time identified within this notice.  The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation.  The responses shall consist of three (3) separate parts; Bid Schedule, Technical Information and FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items.  Offers shall be evaluated using Best Value criteria IAW FAR 13.  Award will be made based on the offeror who represents the best value to the Government in terms of technical acceptability, past performance and price. The Government reserves the right to award without discussions.  The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government’s best interests.

Description of Requirements: The Maine Air National Guard requests the procurement and delivery of services for Catered Meals for the period of 1 June 2020 – 31 May 2026 at South Portland Air National Guard Station in South Portland, Maine. See Performance Work Statement and all attachments for complete information.

Requirement: Services Non-Personal. Provide all plant, labor, equipment, materials, and transportation necessary to successfully execute the line items below and the Performance Work Statement and Annexes as attached.

Item No

Supplies/Services Description

Qty

Unit of Issue

Unit Price

Extended Amount

0001

Food Services; Food  IAW PWS;

Base year

Period of Performance; 1 Jun 2020 – 31 May 2021

NTE 4,320

EA

0002

Food Services; Meal Preparation (Service) IAW PWS

Base Year

Period of Performance; 1 Jun 2020 – 31 May 2021

NTE 4,320

EA

1001

Food Services; Food  IAW PWS;

Option Year 1

Period of Performance; 1 Jun 2021 – 31 May 2022

NTE 4,320

EA

1002

Food Services; Meal Preparation (Service) IAW PWS

Option Year 1

Period of Performance; 1 Jun 2021 – 31 May 2022

NTE 4,320

EA

2001

Food Services; Food  IAW PWS;

Option Year 2

Period of Performance; 1 Jun 2022 – 31 May 2023

NTE 4,320

EA

2002

Food Services; Meal Preparation (Service) IAW PWS

Option Year 2

Period of Performance; 1 Jun 2022 – 31 May 2023

NTE 4,320

EA

3001

Food Services; Food  IAW PWS;

Option Year 3

Period of Performance; 1 Jun 2024 – 31 May 2025

NTE 4,320

EA

3002

Food Services; Meal Preparation (Service) IAW PWS

Option Year 3

Period of Performance; 1 Jun 2024 – 31 May 2025

NTE 4,320

EA

4001

Food Services; Food  IAW PWS;

Option Year 4

Period of Performance; 1 Jun 2025 – 31 May 2026

NTE 4,320

EA

4002

Food Services; Meal Preparation (Service) IAW PWS

Option Year 4

Period of Performance; 1 Jun 2025 – 31 May 2026

NTE 4,320

EA

             

TOTAL AMOUNT

The following provisions are included for the purposes of this combined synopsis/solicitation (full text provisions may be accessed electronically at https://www.acquisition.gov/content/regulations:

52.212-1          Instructions to Offerors -- Commercial Items (JUL 2013);

Evaluation in accordance with FAR 13.106-2 based on the best value to the Government. The following addendum is provided to this provision: 

Quotations submitted shall contain -

SOLICITATION NUMBER;

COMPANY NAME;

ADDRESS;

COMPANY POINT OF CONTACT NAME;

COMPANY E-MAIL ADDRESS;

COMPANY TELEPHONE NUMBER;

PROPOSED DELIVERY SCHEDULE;

TERMS OF THE EXPRESSED WARRANTY;

PRICE;

ANY PAYMENT DISCOUNT TERMS AND;

ACKNOWLEDGEMENT OF ANY AND ALL SOLICITATION AMENDMENTS.

(End of provision)

52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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:

        (i) Technical Capability
(ii) Past Perfomance
(iii) Price
Technical capability and Past Performance when combined are equal to price.

Award will be made based on the offeror who represents the best value to the Government in terms of technical acceptability, past performance and price. The Government reserves the right to award without discussions.  The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government’s best interests. The Government intends to award on initial offers but reserves the right to conduct discussions.

An award will only be made to an offeror that satisfies the general responsibility standards of FAR 9.104-1.

 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

52.252-1, Provisions Incorporated by Reference (FEB 1998)

        This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): (https://www.acquisition.gov/content/regulations).

(End of Provision)

52.203-3          Gratuities

52.203-6          Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I

52.203-12,       Limitations on Payments to Influence Certain Federal Transactions

52.203-17        Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights

52.204-4          Printed or Copied-Double Sided on Post- consumer Fiber Content Paper

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

52.204-7          System for Award Management         OCT 2018

52.204-13        System for Award Management Maintenance           OCT 2018      

52.204-16        Commercial and Government Entity Code Reporting           JUL 2019

52.204-18        Commercial and Government Entity Code Maintenance       JUL 2016       

52.204-21        Basic Safeguarding of Covered Contractor Information Systems     JUN 2016       

52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment           DEC 2019      

52.212-1          Instructions to Offerors—Commercial Items OCT 2018 (DEVIATION  2018-O0018)      

52.212-3          Offeror Representations and Certifications—Commercial Items--Alternate I          OCT 2014    

52.212-4          Contract Terms and Conditions—Commercial Items            OCT 2018      

52.212-5          Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items(DEVIATION 2018-O0021)

52.217-3          Evaluation Exclusive of Options        APR 1984      

52.217-5          Evaluation of Options JUL 1990       

52.217-8          Option to Extend Services      NOV 1999     

52.217-9          Option to Extend the Term of the Contract    MAR 2000     

       

52.226-6          Promoting Excess Food Donation to Nonprofit Organizations          MAY 2014     

52.232-40        Providing Accelerated Payments to Small Business Subcontractors DEC 2013

252.201-7000  Contracting Officer's Representative

252.203-7000  Requirements Relating to Compensation of Former DoD Officials  SEP 2011       

252.204-7012  Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019      

252.204-7015  Notice of Authorized Disclosure of Information for Litigation Support MAY 2016           

252.204-7016  Covered Defense Telecommunications Equipment or Services--Representation      DEC 2019    

252.204-7017  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation DEC 2019      

252.204-7018  Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services   DEC 2019      

252.232-7003  Electronic Submission of Payment Requests and Receiving Reports DEC 2018     

252.232-7006  Wide Area WorkFlow Payment Instructions DEC 2018      

252.232-7010  Levies on Contract Payments DEC 2006      

252.232-7017  Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration APR 2020

252.237-7010  Prohibition on Interrogation of Detainees by Contractor Personnel  JUN 2013       

252.244-7000  Subcontracts for Commercial Items   JUN 2013       

252.246-7004  Safety of Facilities, Infrastructure, and Equipment for Military Operations

       

END OF CLAUSES

Submittal Requirements: Submit the following in order to be considered for award.

1. Pricing of all CLINs with total.

2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS.

3. Representations and Certifications (52.212-3 Alt 1).

The Government reserves the right to obtain past performance data from other sources than those identified by the Offeror in evaluating past performance. This includes, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and other designated Technical Representatives. Offerors are reminded that both independent data and data provided by Offerors in their quotes may be used by the Government to evaluate past performance. The Contracting Officer may also evaluate past performance based on direct knowledge of the Contractor's performance on current or recent contracts.

This solicitation is being issued as a Total Small Business Set-Aside in accordance with FAR 52.219-6: Only qualified sellers may submit bids. This solicitation will end at the time specified on the announcement. Offers received after the required date of submission may not be considered unless determined to be in the best interest of the Government.

Questions concerning this RFQ should be submitted electronically through the contract opportunities portal. Question and Answer period ends 11:00 am EST 12 May 2020.

Amendment(s), if necessary will be posted to the beta.SAM.gov contract opportunities website, paper copies will not be issued. Interested parties are encouraged to check this website frequently for amendments. Responses to this RFQ are due at 11:00 a.m. EST 19 May 2020.

Contact Information

Contracting Office Address

  • KO FOR MEANG DO NOT DELETE 105 MAINEIAC AVE SUITE 505
  • BANGOR , ME 04401-8005
  • USA

Primary Point of Contact

Secondary Point of Contact

History