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. This Combined Synopsis/Solicitation 1333MK25Q0166 constitutes a Request for Quotation (RFQ) which Incorporates provisions and clauses in effect through the Federal Acquisition Circular 2025-05.
The National Oceanic Atmospheric Administration (NOAA), Office of Marine & Aviation Operations (OMAO), Marine Operation Center (MOC), Marine Operation Center Pacific, requires the following: Meals for NOAA Personnel while vessels are undergoing maintenance repairs.
The solicitation is being issued as a total small business set-aside. The associated NAICS code is 445110 with a size standard of $40.0 million.
The wage rates Wage Determination No.: 2015-5683, revision 24 posted on 07/08/2025 are incorporated and may be viewed at SAM.gov.
Quotes will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021).
Responses are due by 12:00pm EST/EDT on 10/09/2025. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government.
Your response, technical, and pricing should be forwarded electronically to the Contracting Specialist via email no later than the date and time specified above. When responding, please include the Requisition number in the subject line. To verify receipt of your response, please contact me either by email or phone.
Christopher.Baker@noaa.gov
FIRM FIXED PRICE
CLIN 0001
Meals for November 52 Personnel
Breakfast
Lunch
Dinner
CLIN0002
Meals for December 80 Personnel
Breakfast
Lunch
Dinner
CLIN0003
Meals for January 80 Personnel
Breakfast
Lunch
Dinner
CLIN0004
Meals for February 80 Personnel
Breakfast
Lunch
Dinner
CLIN0005
Meals for March 30 Personnel
Breakfast
Lunch
Dinner
Purchase of meals in accordance with the Statement of Need.
Meals can be provided on site (location pending) meal prepared fresh, at a central location (i.e. Restaraunt(s), Food Court, Hotel, etc), delivered, food truck, and/or combination of each.
The start date is an estimate and is subject to new funding approval processes. If there is a significant delay in awarding this contract, a shortened base year Period of Performance may be utilized or an updated quote may be requested with a new 12-month base year and corresponding option years.
NOAA Requires 3 Meals a day with minimum 4 menu options to include Hot and Cold plate options. Meals are to be provided as follows:
• Snacks and beverages will be provided via DLA or other purchase in port office/inport
• Meal 1 – 0700-0930 – Examples are Eggs (scramble, omelet, poach), Bacon or Sausage, French Toast or Pancakes, Sides containing, Hashbrowns, tattertoots, fruit, Cereal, Oatmeal, Grits, boiled eggs, Yogurt. Orange Juice, Milk 2%, Coffee. (Optional Vegetarian Options)
• Meal 2 – 1100-1300 – Examples are Chicken Strips, Hamburger, BLT, Club Sandwich, Philly, sides consisting of Salad, French Fries, Potato chips, fruit, Drinks - Soft Drinks, Coffee, Juices. (Optional Vegetarian Options)
• Meal 3- 1630-1830 – Examples are Chicken / Beef / Seafood Option, Sides, Potatoes (Mashed, Baked), Sweet Potatoes (Mashed, Baked), Fries, Vegetables (Broccoli, Asparagus, Green Beans), Drinks - Soft Drinks, Coffee, Juices. (Optional Vegetarian Options)
Standard workday remains intact as an 8hr day Monday - Friday; commuting to and from meal service shall not constitute OT. Depending on proximity of meal service, Command may grant
Any left-over meals shall be provided to designated personnel.
All meals should have condiments, utensils and plates or come prepackaged for convenience.
There may be days when meals are not requested due to holiday schedule or shift in vessel schedule where the ship can provide their own meals.
Ship command will be required to communicate number of meals required/personnel
The following suggestions for menus for this request as covered by the SIU CBA are:
• A. Breakfast.
o Coffee, tea and other beverages, fruit or fruit juice, vegetable juices, and eggs to order shall constitute a part of every breakfast.
o Fried ham shall be served twice a week. Bacon or sausage or other meat selection shall be provided on the other days.
o Hot cakes or French toast shall be served every morning.
• B. Lunch and Dinner.
o Not less than One First Entree and One Second Entree shall be available at lunch and dinner.
o Sirloin, Tenderloin, T-Bone, or Rib Steak, not less than 3/4 pound shall be served once a week. Once a week Prime Ribs of Beef Au Jus, Fried or Roast Chicken or Turkey, Roast Pork, Pork Chops, Baked Ham or Grilled Round Bone Ham Steak shall be required.
• C. The following or equivalent are considered to be First Choice Entrees:
o Roast of Beef Au Jus, Sirloin or Rib Steaks, Roast Pork, Pork Steak, Chops, Roast Fresh Ham, Ham Steak, Baked Ham, Roast Veal, Veal Chops, Veal Cutlet, Roast Chicken, Southern Fried, Broiled or Roasted Duckling, Turkey, London Broil, Mixed Grill, Roast Leg of Lamb, Lamb Chops, Corned Beef, Fish.
o When fish is served, the following equivalent shall be classified as a First Entree: Shrimp, Scallops, Salmon, Fillet of Sole, and Red Snapper, or other quality entrée selection as determined by the Chief Steward.
• D. The following or equivalent are considered to be Second Choice Entrees: Beef Stew or Goulash (not leftovers added), Lamb Stew, Corned Beef Hash with Eggs, Chop Suey, Chow Mein, Frankfurters, Knockwurst, Hamburgers or Chop Meat dishes, Sausages, Curries of Meat or Fish, Roulades of Beef, Veal Peppers, Liver, Spare Ribs, Lamb Shanks, Fricassee of Chicken, Chicken Wings, Turkey Wings, Chili Con Carne, Pigs Knuckles, Stuffed Green Peppers, and Stuffed Cabbage, Hot Roast Meat Sandwiches, Grilled Ham and Cheese, Quality Cold Cuts, Jambalaya and Fish Dishes extended with pasta, noodles, rice or pizza.
• SECTION 6. NIGHT LUNCHES. A night lunch shall be provided in accordance with Article 27, Section 5, for employees going on watch at midnight. Night lunches shall consist of assorted cold cuts, cheeses, and salads and may include leftovers from the day’s meals.
• SECTION 7. DESSERTS. Plain cake alone shall not constitute a dessert. There shall be a prepared dessert at each lunch and dinner. This may include Frosted Layer Cake or unfrosted cake. Ice cream shall be served three times a week when available. When practical, a variety of seasonal fresh fruit will be on ship at all times.
• SECTION 8. An adequate supply of fruit juices shall be provided. Fresh milk, fruit, and vegetables will be furnished at every port visited where available.
o Shore bread shall be furnished at all United States ports when available, or the Employer will have the option to require a cook or baker to bake bread during his or her regular working hours.
• SECTION 9. An adequate supply of fresh milk shall be furnished to supply the employees with milk three (3) times a day when the ship is in port and supplies are available.
Meals shall be provided for up to 129 personnel from November 2025 to March 2026.
Quotes shall be broken into monthly estimates for the above request.
Location of Meals will be in Ketchikan Alaska.
UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION
The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.
(End)
CAR 1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Christopher.baker@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00PM MST/MDT ON October 9 2025. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(End of clause)
FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Christopher.baker@noaa.gov.
2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote and PAGE 1 of their SAM REGISTRATION.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Acknowledge any solicitation amendments (SF-30), if any.
5. For brand name requirements; Address the ability of meeting the requirements per the specifications with a detail material specification or data sheet, pictures of any requested supply item, and an Authorized OEM letter to sale, distribute or service their products.
6. Provide Copy of Liability Insurance for any services to be performed.
7. Provide at least two references for Jobs performed within the past three years that are same or similar in scope to this requirement.
8.Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.
THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.
FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)
Offers will be evaluated based on price and the factors set forth in paragraph (a).
The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award.
The Government intends to evaluate the quotes and award a purchase order based on the Offeror’s initial quote; therefore, the Offeror’s initial quote should contain the Offeror’s best terms from a Non-Price Technical Solution and price standpoint.
The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received.
The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability.
(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.
Paragraph (a) is hereby completed as follows: Evaluation will be based on the following:
Best value of overall package, convenience, and meeting the criteria’s listed in the Statement of Need..
1. Technical Approach and Capability.
The Offeror’s overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror’s understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. Provide a detailed description of the company’s experience performing similar services. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.)
2. Past Performance.
Quote shall include at least two references from at least two separate contracts for similar and relevant recent services within the past two years including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror’s capability to successfully perform the services listed in the Statement of Work.
The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission. The references should complete the Past Performance Questionnaire and then email it directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information.
The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.
Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A good past performance rating provides higher confidence than a neutral or satisfactory rating.
3. Price.
The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution.
The Government intends to award a trade-off, multiple firm fixed-price purchase order on an all or some basis with payment terms of Net 30.
(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)
NAM 1330-17.203(b)
(1) Modify FAR 52.212-2 Evaluation – Commercial Items, FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award, or FAR 52.217-5 Evaluation of Options, as applicable, to include the following statement:
“Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers or quotations for award purposes by adding the total price for all options to the total price for the basic requirement to determine the total evaluated price. This includes options under FAR clause 52.217-7, Option for Increased Quantity - Separately Priced Line Item. (MAR 1989), which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).”
(2) Include the following statement in all solicitations and resultant contracts and orders:
“Inclusion of FAR clause 52.217-7, Option for Increased Quantity - Separately Priced Line Item. (MAR 1989), in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.”
(End of provision)
FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item. (MAR 1989)
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within Inclusion of FAR clause 52.217-7 , Option for Increased Quantity - Separately Priced Line Item. (MAR 1989), in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
(End of clause)
Inclusion of FAR clause 52.217-7 , Option for Increased Quantity - Separately Priced Line Item. (MAR 1989), in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.
FAR 52.232-18 Availability of Funds (Apr 1984)
FAR 52.217-5 Evaluation of Options (July 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of provision)
This includes options under FAR clause 52.217-7, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).
All responsible sources may submit a quotation which shall be considered by the Agency. Quotes must be submitted via electronic means (EMAIL) christopher.baker@noaa.gov no later than Offer due date posted in SAM.gov.
The Government does not accept responsibility for nonreceipt of email. It is the Contractor’s responsibility to request a confirmation of the email receipt.
***All Questions must be submitted in writing to Christopher.baker@noaa.gov, by 3 days before offer due date. TELEPHONE INQUIRIES WILL NOT BE HONORED. ***
Contractors are encouraged to register with SAM.GOV vendor notification services as well as the interested vendors list for this acquisition. Quoters must be registered in the SAM,GOV database to be considered for this award. Registration is free and can be completed online at HTTP://WWW.SAM.GOV/. Page 1 of completed SAM.gov registration must be with quote package.
For additional Clauses and provisions please see attached STANDARD FORM 1449