This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation W912NS25Q4005 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This is a Total Small Business Set-Aside and only qualified vendors may quote. The North American Industry Classification System (NAICS) Code: 722320 – Caterers and the Federal Product/Service Code: S203 - Housekeeping-Food. The small business size standard is $9,000,000.00.
The following commercial items are requested:
CLIN 0001: Breakfast Meals 1 - 12 June 2025 = 1,680 EACH
CLIN 0002: Dinner Meals 31 May - 11 June 2025 = 1,680 EACH
See attached file “B8 Statement of Work Catered Meals…” file for CLIN Structure and detailed requirements.
Delivery, FOB Destination: Camp Clark: 18159 SOUTH K HIGHWAY NEVADA MO 64772-9411, Building 430
Question Instructions: Email Ed Roman at Hediberto.roman.civ@army.mil and MAJ Ethan Curtis at ethan.j.curtis2.mil@army.mil. All questions shall be submitted by 1:00 P.M./1300 Central Time on 18 April 2025.
Quote Submission Instructions: Submit your quote on Company Letter Head (include CAGE) or the attached “B8 Statement of Work Catered Meals…” file (not both). Quote will need to include a menu of meals that you will have the capability of providing during the performance of this contract. Offeror shall utilize the Contract Line-Item Number (CLIN) structure when submitting Quote. Quote Price shall include any delivery charges FOB-Destination, shall ensure the product specifications fully meet criteria of the RFQ and Statement of Work, and Delivery Requirement. Quote shall be good for a minimum of 30 days from the final date of this RFQ. If offeror fails to fully demonstrate Quoted items meet the specifications, they shall be considered not acceptable or non-responsive.
Submit quotes electronically via email to Hediberto.roman.civ@army.mil and ethan.j.curtis2.mil@army.mil utilizing the following subject: RFQ W912NS25Q4005 "Company Name". All quotes shall be submitted by 10:00 A.M./1000 Central Time on 28 April 2025. Late submissions will not be considered.
Basis of Award: Price and Other Factors. The government will award to the offeror that provides the best value to the government, in accordance with FAR 13.106-1(a)(2). Multiple Offers are permitted. Offers will be evaluated by past performance, a capability to provide a quality meal to Service Members, and the capability to sucesfully perform which will be analyzed through various Government resources, references, historical and local reviews; menu variety and customer analysis/opinion; amount of time needed to make a quantity increase or decrease to meals without penalty; and price.
Award Type: will be a firm-fixed price purchase order. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technically acceptable. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
Payment: invoiced and paid through Wide Area Workflow (WAWF).
A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:
(A) Small business;
(B) Service-disabled veteran-owned small business;
(C) Women-owned small business (WOSB) under the WOSB Program;
(D) Economically disadvantaged women-owned small business under the WOSB Program; or
(E) Historically underutilized business zone small business.