Wisconsin Bids > Bid Detail

Kitchen Personnel (KP) Services in Madison, WI

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159335109187897
Posted Date: Dec 30, 2022
Due Date: Jan 25, 2023
Solicitation No: W50S9F-23-Q-0008
Source: https://sam.gov/opp/2e4db0ad8d...
Follow
Kitchen Personnel (KP) Services in Madison, WI
Active
Contract Opportunity
Notice ID
W50S9F-23-Q-0008
Related Notice
W50S9F-23-Q-0005
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N8 USPFO ACTIVITY WIANG 115
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 30, 2022 04:24 pm CST
  • Original Published Date: Dec 30, 2022 12:21 pm CST
  • Updated Date Offers Due: Jan 25, 2023 11:00 am CST
  • Original Date Offers Due: Jan 25, 2023 11:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 09, 2023
  • Original Inactive Date: Feb 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Madison , WI 53704
    USA
Description

(i) 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. FAR Part 13 procedures will be utilized.





(ii) Solicitation W50S9F-23-Q-0008 is issued as a Request for Quotation (RFQ).





(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07, effective 10 August 2022, and Defense Acquisition Circular DPN 2023-01, effective 30 December 2022.





(iv) This RFQ is solicited as a Total Small Business Set-Aside. The NAICS is 561210 with a small business size standard of $47M.





(v - vii) The 115th Fighter Wing, Wisconsin Air National Guard, has a requirement for provision of Kitchen Pesonnel (KP) services to be performed approximately one weekend per month to support the dining facility during meal periods, beginning in March 2023. Food preparation and serving are not within scope of this requirement. Duties include set-up, tear-down, and cleaning of tables, chairs, utensils, plates, and condiments in the dining facility, as well as cleaning of dishes and the dining facility. Continuous restocking and cleaning will occur throughout the meal period. See the attached Performance Work Statement for more details.





The place of performance shall be at Truax Field, 3110 Mitchell St, Madison WI 53704.





A firm-fixed-price contract with one base year plus four one-month options is anticipated, resulting in the following line items:





Line Item; Description/Quantity



Item 1: KP Services, 24 days, priced per day



Item 2: Option year 1 - KP Services, 24 days, priced per day



Item 3: Option year 2 - KP Services, 24 days, priced per day



Item 4: Option year 3 - KP Services, 24 days, priced per day



Item 5: Option year 4 - KP Services, 24 days, priced per day





(viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.





(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is not included in this solicitation. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered. Determination of best value will include an evaluation of price, past performance, and technical characteristics. The price of the options will be included in the evaluation for award purposes.





(x) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed.





(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.





(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.





(xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:





Award will be made to the offeror who represents the best value to the Government as outlined IAW the criteria set forth within the solicitation (Section ix). No contract award will be made until appropriated funds are made available.





This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government’s intent to make award. This is not a commitment of funds or contract award.





In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF).





Additional required provisions and clauses are listed in the attachment “Applicable Provisions and Clauses.”





(xiv) DPAS Rating does not apply to this acquisition.





(xv) Quotes must be received no later than the time and date indicated on this RFQ to be considered. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.





Instructions to Offerors:



1. Quotes in response to this solicitation MUST include:



a. Complete pricing for items 1-5. Include pricing for option periods.



b. The Offeror’s Unique Entity Identifier (UEI) and CAGE.



c. A description of capabilities specifically related to performance of this contract. This must include a description demonstrating how you intend to perform this requirement.



d. Reference RFQ W50S9F-23-Q-0008 in your response.



2. It is the interested Offeror’s responsibility to check Contract Opportunities on SAM.gov for updated information.



3. A site visit is offered at 09:30 central on Saturday, January 7, 2023. This is the only opportunity to observe the scope of work during an active meal period. To attend, complete the attached “SFS Form 12 – Template” for all individuals who will attend, and email it to the primary point of contact shown on this RFQ no later than 15:00 on Thursday, January 5, 2023.



4. A second site visit may be offered upon request, but it will only allow observance of the facility itself.





(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered. Questions must reference RFQ W50S9F-23-Q-0008.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR WIANG DO NOT DELETE 3110 MITCHELL ST BLDG 500
  • MADISON , WI 53704-2591
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >