Catered Meal Service
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: Sources Sought (Updated)
- Updated Published Date: Jun 27, 2022 10:12 am MDT
- Original Published Date: Jun 15, 2022 02:44 pm MDT
- Updated Response Date: Jul 01, 2022 01:00 pm MDT
- Original Response Date: Jul 01, 2022 01:00 pm MDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Aug 30, 2022
- Original Inactive Date: Aug 15, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S203 - HOUSEKEEPING- FOOD
- NAICS Code:
- 722310 - Food Service Contractors
- Place of Performance: TX 88032USA
Description
Questons Asked Goverment Response.
- Is the vendor required to prepare the meals on site, or are they permitted to transport the meals for catering?
- The sources sought document states: Subject to the satisfactory completion/performance of all requirements, as specified, payment will be made upon submission of proper invoice. Is the government accepting only one invoice, thus providing only one payment - or is it permitted to submit weekly invoices?
- What are the guidelines for subcontracting?
- Outlined in the PWS the vendor is not required to prepare meals on site.
- The invoicing would have to be at the end, we don’t invoice weekly.
- As to subcontracting it will be subject to the FAR,AFARS and DFARS. Unfortunately we don’t know which one will be in comply at this point.
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government currently seeking sources for to award a firm-fixed price (FFP) contract to procure cafeteria type meals to 1871 soldiers to support the 5th Armor Brigade (5AR BDE) at Fort Bliss, TX. The Government is seeking vendors that may be able to provide these catered meal services for this requirement in order to support a competitive procurement. The U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue a RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.
The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement.
The NAICS code(s) is: 722310 Food Service Contractors, with a size standard of $41.5 M.
All companies must be registered with System for Award Management (SAM) (https://www.sam.gov).
The anticipated performance period is 26 September 2022 to 20 November 2022.
In response to this sources sought, the Government is requesting that interested businesses that feel they can fully support this requirement, furnish the following information:
1. Capability statement should include your firm's general background, qualifications and industry specific awards. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies.
2. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
3. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
4. Identify whether your firm is interested in competing for this requirement.
5. Information in sufficient detail on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
6. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
7. Identify how the Government can best structure these contract requirement to facilitate competition, including competition among small business concerns.
8. Recommendations to improve the Army's approach to acquiring the identified equipment.
Responses to this Sources Sought shall be submitted electronically via email to Derrell Calhoun, at derrell.d.calhoun.civ@army.mil. Responses shall be received no later than 1:00 p.m. MDT on 01 July 2022. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to the Contract Specialist via email by 01:00 p.m. MDT on 27 July 2022. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release.
See the attached Draft Performance Work Statement (PWS) for more information about the requirement.
Attachments/Links
Contact Information
Contracting Office Address
- BLDG 111 111 PERSING RD
- FORT BLISS , TX 79916-6812
- USA
Primary Point of Contact
- Derrell Calhoun
- derrell.d.calhoun.civ@army.mil
- Phone Number 915-568-7870
Secondary Point of Contact
- Amenda Davila
- amenda.a.davila.civ@army.mil
- Phone Number 9155687373
History
- Aug 26, 2022 12:37 pm MDTCombined Synopsis/Solicitation (Original)
- Jul 16, 2022 09:55 pm MDTSources Sought (Updated)
- Jun 15, 2022 02:44 pm MDTSources Sought (Original)