Request for Quote
This is a Combined Synopsis/Request for Quote (RFQ) for the 1172nd and 230th EN BN Catered Meals for VTS-L Lavina, TN. The period of performance is 14-29 JUNE 2025. PLEASE FILL IN THE EXCEL sheet with the MEAL pricing. Send it back to me by Thursday, 5 JUNE 2025 @ 11:00 am CST.
This requirement is being advertised as Small Business set-aside; the North American Industry Classification System (NAICS) Code is 722320 Caters with a size standard of $9M. The Federal Acquisition Circular (FAC) is 2025-3, effective 17 January 2025.
All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52-212-3, Online Reps and Certifications, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, FAR 52.225-1 and Buy America Act Supplies.
.
Solicitation number
W912l7-25-Q-0534
Requirement title
Catered meal support to place of performance – Lavina, TN
NAICS code
722320 - Caterers
PSC Code
S203 – Housekeeping – Food
Contract Type
Firm-fixed price (FFP)
Set-aside
Total Small-Business Set-Aside
Place of Performance
Lavinia Training Site
320 Spring Creek, Lavinia, TN 38348
35.8473365, -88.6636102
Period of Performance
14-29 JUNE 2025
Quote Due Date
5 JUNE 2025, 11:00am CST
Primary POC
Rhonda Lien, Contract Specialist
rhonda.m.lien.civ@army.mil
Secondary POC
Teresa Baxter, Contracting Officer
teresa.a.baxter.civ@army.mil
Additional information
For food safety reasons, the contractor must either:
- Delivered to location at a temperature of 135° F or greater
- Be capable of preparing meals within 50 miles of the place of performance
The TNARNG is a tax exempt organization. Tax exempt form will be sent with the contract award.
Description of Requirement
The Government is seeking catered meal support services in accordance with all applicable Federal, Department of Defense, and Army food service regulations and standards, including but not limited to Technical Bulletin Medical 530 (TB MED 530) and the Food Code issued by the U.S. Food and Drug Administration (FDA). The contractor shall be responsible for the preparation, packaging, and delivery of meals to the designated place of performance, as detailed in the table above.
Meals must be delivered ready-to-eat and maintained at safe temperatures in accordance with TB MED 530 guidelines throughout the transportation process. Upon delivery, Government personnel will receive the meals, conduct any final prep as required, and redistribute them to various locations using Government-furnished transportation. The Contractor is not responsible for setup, service, or distribution beyond the delivery point.
Vendors must propose solutions that ensure timely delivery, food safety, and adherence to the specific meal schedule and dietary requirements outlined in the subsequent tables. Failure to meet temperature control and delivery standards may result in non-acceptance of the meals at no cost to the Government.
Quote Evaluation Criteria
Quotes will be evaluated on a best value basis, considering the following non-price and price factors. While price will be a significant factor in the award decision, the Government may award to other than the lowest-priced offeror if it determines that a higher-rated quote provides a better value based on the criteria below.
Meal Schedule
Date
Breakfast
Lunch
Dinner
Day 1
6/14/2025
290
Day 2
6/15/2025
290
0
609
Day 3
6/16/2025
609
0
609
Day 4
6/17/2025
609
0
609
Day 5
6/18/2025
609
0
609
Day 6
6/19/2025
609
0
609
Day 7
6/20/2025
609
0
609
Day 8
6/21/2025
609
0
609
Day 9
6/22/2025
609
0
609
Day 10
6/23/2025
609
0
609
Day 11
6/24/2025
609
0
609
Day 12
6/25/2025
609
0
609
Day 13
6/26/2025
609
0
609
Day 14
6/27/2025
609
0
445
Day 15
6/28/2025
445
0
445
Day 16
6/29/2025
445
Total
8,488
0
8,488
Breakfast meals shall consist of at least three (3) menus offering a selection of one (1) meat, two (2) eggs, biscuits with gravy or pancakes with syrup, one (1) serving of orange or grape juice, one half (1/2) pint of milk and one (1) serving of coffee. Each serving of meat shall be a minimum of eight (8) ounces, each serving of drinks shall be a minimum of twelve (12) ounces, and all other servings shall be a minimum of four (4) ounces.
Lunch meals are not included in this solicitation.
Dinner meals will consist of at least three (3) menus offering a selection of one (1) serving of meat, two (2) servings of vegetables, one (1) serving of bread, one (1) serving of dessert and one (1) serving of tea, coffee or soda as a beverage. Each serving of meat shall be a minimum of eight (8) ounces, each serving of drinks shall be a minimum of twelve (12) ounces, and all other servings shall be a minimum of four (4) ounces.
Basis for Award:
REQUIREMENTS TO RETURN WITH QUOTE
52.212-2 EVALUATION - COMMERCIAL ITEMS: As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
(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. The following factors shall be used to evaluate offers
a. Technical
- Meals are delivered on time.
- Meals are hot and kept at proper temperature.
- Demonstrated understanding of the requirement to prepare, pack, and deliver meals in compliance with TB MED 530, the FDA Food Code, and applicable Army and DoD food service standards.
- Description of temperature control measures and food transport equipment to ensure safe food delivery.
- Clarity and feasibility of the proposed delivery schedule, including timeliness and reliability of transportation to the place of performance.
b. Price - Technical and Price, when combined, are more important than Past Performance. Price is a non-cost factor
c. Past Performance
-
-
- Relevant experience performing similar meal preparation and delivery contracts, particularly for Government or institutional clients.
- Quality of past performance as evidenced by contract references, CPARS (Contractor Performance Assessment Reporting System) data (if available), or client testimonials.
c. Sam record
The government will use FAPIIS / CPARS for PAST Performance evaluation(s). For those with no record please submit up to five previous contracts within the last three years with your quote; Include Contract Number, Point of Contact, Email/Phone, and Agency
- Vendor must submit Quote on time in order to be consider in award process.
- Vendor must comply with the Solicitation and RFQ pricing template in order to be considered for award.
- Award will be based on Technical and Price that is most advantageous to the Government and ability to comply with the Solicitation.
- Invoicing/Billing will be done electronically through WAWF-Wide Area Workflow - https://wawf.eb.mil/ after event has been completed.
- Award/Contract is a firm fixed price contact. Notification of award or acceptance of an offer will be emailed to the contractor.
(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). Not Applicable -No Options
(c) -A written notice of award or acceptance of an offer, emailed 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)