This update on 14 Mar 25 posts RFI 1 SVF RSD Meals responses to the attachments section here of this posting.
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. The Government reserves the right to award on a multiple award or an all or none basis. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W50S7U-25-Q-0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (effective 17 January 2025). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a). North American Industrial Classification System (NAICS) 722310 – Food Service Contractors and Size Standard of $47.0M applies to this procurement.
RFQ Submission and Information for 183d SVF RSD Meals:
1. Quotes shall conform to the CLIN structure as established in RFQ Submission Format.
2. Please see the attached Statement of Work (SOW) for detailed description of requirements.
3. Quotes must be submitted to 1st Lt Alicia Braun and MSgt Amanda Brenizer at Alicia.Braun@us.af.mil, and Amanda.Brenizer@us.af.mil not later than (NLT) 3:00 PM CDT, 20 March 2025. Oral offers will not be accepted.
4. The resulting contract(s) will be Firm-Fixed Price (FFP).
5. Quotes will be evaluated to determine the best value to the Government providing the greatest overall benefit in response to the requirement based on price and meeting the salient characteristics listed in the Statement of Work.
6. Please quote the price per meal in accordance with the SOW for:
CLIN 0001 183 WG May RSD Meals – Sunday 04 May 2025
Quantity: 200 Each
CLIN 0002 183 WG May RD Meals – Friday 16 May 2025
Quantity: 150 Each
CLIN 0003 183 WG June RSD Meals – Friday 06 June 2025
Quantity: 150 Each
CLIN 0004 183 WG June RSD Meals – Saturday 07 June 2025
Quantity: 200 Each
CLIN 0005 183 WG June RSD Meals – Sunday 08 June 2025
Quantity: 200 Each
CLIN 0006 183 WG August RSD Meals – Friday 01 August 2025
Quantity: 150 Each
CLIN 0007 183 WG August RSD Meals – Saturday 02 August 2025
Quantity: 200 Each
CLIN 0008 183 WG August RSD Meals – Sunday 03 August 2025
Quantity: 200 Each
CLIN 0009 183 WG August RD Meals – Friday 15 August 2025
Quantity: 150 Each
CLIN 0010 183 WG September RSD Meals – Friday 05 September 2025
Quantity: 150 Each
CLIN 0011 183 WG September RSD Meals – Saturday 06 September 2025
Quantity: 200 Each
CLIN 0012 183 WG September RSD Meals – Sunday 07 September 2025
Quantity: 200 Each
Price per meal should include food, labor, and any applicable fees. This is for delivery of prepared food only. No service is needed. Refer to SOW for additional details. The Federal Government is tax exempt.
Delivery Location is as noted in the SOW.
The following clauses are incorporated by reference in the solicitation and the resulting contract:
52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-27 Prohibition on a ByteDance Covered Application
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-50 Combatting Trafficking in Persons
52.223-5 Pollution Prevention and Right to Know Information
52.225-13 Restrictions on Certain Foreign Purchases
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government Buildings, Equipment and Vegetation
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.225-7048 Export-Controlled Items
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
The following clauses are incorporated by full text in the solicitation and the final award:
52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or
Executive Orders- Commercial Items
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-42 Statement of Equivalent Rates for Federal Hires
52.252-2 Clauses Incorporated by Reference
Fill-in information: https://www.acquisition.gov/
52.252-6 Authorized Deviations in Clauses
Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2)
252.232-7006 Wide Area Workflow Payment Instructions
Fill-in information to be provided at award.
The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award.
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-22 Alternative Line Item Proposal
52.204-26 Covered Telecommunications Equipment or Services-Representation
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.212-1 Instructions to Offerors – Commercial Items
52.212-2 Evaluation- Commercial Items
52.212-3 Alt 1 Offeror Representations and Certifications—Commercial Items
52.222-22 Previous Contracts and Compliance Reports
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
All potential offerors/quoters are reminded that firms MUST be registered in the System for Award Management database at https://sam.gov to be considered for award. Lack of registration will make an offer ineligible for contract award. Quotes must be submitted to 1st Lt Alicia Braun and MSgt Amanda Brenizer at Alicia.Braun@us.af.mil and Amanda.Brenizer@us.af.mil not later than (NLT) 3:00 PM CDT, 20 March 2025.