North Carolina Bids > Bid Detail

S2--Catered Meals, Ft Bragg, NC - 20 May-1 June, 2023

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159973069784373
Posted Date: May 15, 2023
Due Date: May 17, 2023
Solicitation No: W91242-23-Q-0127
Source: https://sam.gov/opp/64491fc556...
Follow
S2--Catered Meals, Ft Bragg, NC - 20 May-1 June, 2023
Active
Contract Opportunity
Notice ID
W91242-23-Q-0127
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NS USPFO ACTIVITY NC ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 15, 2023 10:35 am EDT
  • Original Date Offers Due: May 17, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722320 - Caterers
  • Place of Performance:
    Fayetteville , NC 28301
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W91242-23-Q-0127 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 722320 with a small business size standard of $9.00M. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-05-17 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fayetteville, NC 28301

The National Guard - North Carolina requires the following items, Meet or Exceed, to the following:
LI 001: Catered DINNER Meals, Meat, vegetable, starch, salad, bread, dessert, Drinks/Water, all Condiments, plates forks, knives, Place of performance Ft Bragg, NC - See Attachment for head count per day
Wage Determination NO :2015-4377 revision 20 12/27/2022 Applies, 1556, EA;
LI 002: Catered BREAKFAST Meals, Egg, meat, bread (biscuit, pancake, toast, bagel etc), fruit, juice and/or milk- Place of performance Ft Bragg, NC - See Attachment for head count per day., 1601, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, National Guard - North Carolina intends to document bids online to be facilitated by the third-party Marketplace, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit bids during the specified period of time. National Guard - North Carolina is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process.Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Best Value Basis of Award Criteria: The Government intends to award a firm-fixed price contract to the responsible vendor whose quote conforming to the solicitation provides the Best Value to the Government. “Best value” means the expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & readily available past performance information will be considered in the streamlined evaluation. This may result in award being made to a higher-rated, higher-priced quote. The Government’s selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/past performance superiority warrants the additional cost involved. Offerors are encouraged to submit past performance references. Offerors may submit past performance references. Past performance may be based on one or more of the following: Contracting Officer’s prior knowledge/experience; customer past performance inquiry replies; PPIRS/FAPII, or any other reasonable basis. While the Government and the Source Selection Authority will strive for maximum objectivity, the evaluation process, by its nature, is subjective and therefore, professional judgment is implicit throughout the entire evaluation process

Bid MUST be good for 30 calendar days after close of Buy.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR NCARNG DO NOT DELETE 4201 REEDY CREEK ROAD
  • RALEIGH , NC 27607-6412
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 15, 2023 10:35 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >