New Jersey Bids > Bid Detail

NJARNG BPA CATERED MEALS NORTH NJ

Agency:
Level of Government: Federal
Category:
  • 89 - Subsistence (Food)
  • S - Utilities and Training Services
Opps ID: NBD00159856397174857
Posted Date: Apr 4, 2023
Due Date:
Source: https://sam.gov/opp/b23e7129e1...
NJARNG BPA CATERED MEALS NORTH NJ
Active
Contract Opportunity
W912KN22Q0001
Related Notice
Contract Line Item Number
Department/Ind. Agency
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 (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 04, 2023 10:30 am EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 26, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Joint Base MDL , NJ 08640
    USA
Description

The purpose of this second amendment is to incorporate an updated SOW to include the option for buffet style serving. All other terms and conditions remain unchanged.





The purpose of this amendment is to incorporate additional questions and answers to this solicitation. All other terms and conditions remain unchanged.




  1. Will Tax Exempt be provided?

    • Yes, tax exempt form can be provided upon request



  2. Since we are a third-party company that will subcontract a caterer, do we have to pass the New Jersey Army National Guard’s Food Safety Officer’s inspection? If the caterer that we outsource is certified, will this be sufficient?

    • The G4 Food Program Management Office will inspect the vendor who is pre-determined contract award. For the subcontracted companies as long as they have a current ServSafe Certification Certificate and a Satisfactory rating from the Health Department they should be good. However I (NJ ARNG) will spot check or sample different third party vendors for compliance with food safety and sanitation practices.



  3. Are the head counts a reflection of how many meals are needed per month? Example: Woodbridge 625 Main Street Woodbridge 117th Combat Sustainment Support Battalion C-Co 2-113th Infantry Battalion: Head Count: 50, 125. Do the two separate numbers represent the amount of food needed for two separate event dates? Or would we combine both 50 + 125 for 175 meals per month?

    • Headcounts are submitted on a monthly basis and are determined by unit training requirements. Numbers will fluctuate each month. Headcounts are submitted by Unit and location. Woodbridge may require 50 meals and Sommerset may require 150 meals. Requests should be submitted to the supporting Vendor no less than 30 days.



  4. Is there an estimate on how many days of catering will be needed per request? Do requests typically last longer than 5 days?

    • Units train an average of 3 days per month but will vary depending on the training requirement. Annual Training exercises are typically 15 days periods.



  5. Is there a current awardee for this requirement?

    • There is no current awardee. This is a new requirement.



  6. Will all units require meals at the same time?


    • Unit feeding times will be determined by the training schedule. One unit may require a breakfast meal at 0430 while another unit only requires a Lunch meal at 1100. Units train at multiple locations and have different training requirements. Feeding times will vary by location and by unit.






  7. Is this a new requirement or an existing requirement?





    • This is a new requirement






  8. How many incumbents are there performing this work?





    • NA, this is a new requirement






  9. What are the incumbent names, contract #s, and revenues received under the incumbent contract?





    • NA, this is a new requirement






  10. How many FTEs were on the previous contract? Has the PWS changed?





    • NA, this is a new requirement






  11. What did you like about the previous contract? Dislikes?





    • NA, this is a new requirement






  12. What is the governments estimated budget?





    • There is no budget at this time






  13. What are your KPIs?





    • The only metric besides providing the requested meals is the passing of the food inspection prior to performance






  14. If we have a teaming agreement with a subcontractor, does the subcontractor's experience count as experience for the prime?





    • Yes but note that if the work is to be subcontracted out, and if at any time a subcontractor is swapped out for another, they will always require a food safety inspection prior to them beginning performance. It is the passing of inspection that determines if a contractor and/or subcontractor is suitable.









This is a combined synopsis for catered meals for the New Jersey Army National Guard Northern Region to include Sussex, Passaic, Bergen, Warren, Morris, Essex and Hudson Counties. This announcement constitutes the only solicitation. The Government intends to award a Blanket Purchase Agreement (BPA) for Five (5) years for catered meals in accordance with the attached Statement of Work (SOW). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07, effective September 10, 2021. Selection for the agreement may be made without discussion.






  • This procurement is Set-Aside 100% for Small Business

  • The NAICS code is 722320

  • Basis for award is Price and contractors ability to pass the New Jersey Army National Guard’s Food Safety Officer’s inspection. Failure to pass the Food Safety Officer’s inspection will be an automatic disqualifier for award and is therefore the primary evaluation factor

  • The government intends to issue a single 5-Year agreement

  • Northern New Jersey Counties: Sussex, Passaic, Bergen, Warren, Morris, Essex and Hudson Counties with an estimated 1,325 Service Members

  • BPA ceiling shall not exceed $975,000.00.

  • Purchase limit per call will not exceed $75,000.00

  • Issuance of BPA does not guarantee performance.

  • Past performance, records will be reviewed and findings will be taken into consideration when issuing the BPA.

  • This BPA will be centralized and a list of authorized callers will be provided at issuance of award pursuant to NGB directive.





Required meal items, headcounts, and locations provided in attached Statement of Work.





Quotes shall be priced per-meal for breakfast, lunch and dinner each in a structure that shall mirror BPA:





CLIN 0001: Breakfast Meal Per Person



CLIN 0002: Lunch Meal Per Person



CLIN 0003: Dinner Meal Per Person





Attachments:



Attachment 1 – Statement of Work



Attachment 2 – Full Text Provisions & Clauses



Attachment 3 – Unit Location Overview Map





SAM Requirement: Registration required with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Must comply with clauses pertaining to Covered Equipment as listed in Far 52.204-24 and FAR 52.204-25. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, 252.232-7006 apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, vendors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.





Commercial Items Terms and Conditions: The selected offeror must comply with the following item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items; 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/.





The following provisions are incorporated into this solicitation by reference:



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



FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services

FAR 52.212-1, Instructions to Offerors – Commercial



FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Services (Dev 2023-O0002)



FAR 52.219-1, Small Business Program Representations



FAR 52.219-8, Utilization of Small Business Concerns

FAR 52.219-14, Limitations on Subcontracting

FAR 52.222-26, Equal Opportunity

FAR 52.222-50, Combating Trafficking in Persons



FAR 52.229-11, Tax on Certain Foreign Procurements – Notice and Representation



FAR52.229-12, Tax on Certain Foreign procurements

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR52.2033,Gratuities



FAR clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards



FAR clause 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

FAR 52.212-4, Contract Terms and Conditions - Commercial Items

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors



DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations

DFARS 252.225-7050, Disclosure of Ownership by the Government of a Country that is a State Sponsor of Terrorism



DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluation

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting



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 Telecommunications Equipment or Services

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.211-7008, Use of Government-Assigned Serial Numbers

DFARS 252.225-7012, Preference for Certain Domestic Commodities

DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program

DFARS 252.225-7048, Export Controlled Items



DFARS 252.225-7052, Restriction on Acquisition of Certain Magnets, Tantalum, and Tungsten



DFARS 252.225-7055, Representation Regarding Operations with the Maduro Regime



DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime



DFARS 252.229-7014, Full Exemption from Two-Percent Excise Tax on Certain Foreign Procurements

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7002, Requests for Equitable Adjustment

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials

DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate

DFARS 252.247-7022, Representation of Extent of Transportation by Sea





The following clauses are incorporated by full text. The full text is found in the attachment titled: Full-Text Provisions and Clauses:



FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items



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 52.204-26, Covered Telecommunications Equipment or Services-Representation



DFARS 252.211-7003, Item Unique Identification and Valuation



DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions





Please submit any questions and quotes by email to Brian Aston, brian.j.aston.civ@army.mil by 14 March



All quotes must be submitted via email, no other form will be accepted.


Contact Information
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 >