Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Lansing MEPS Boxed Meals

Process Number W9124D22Q0011

USA

Dates:


Notice ID:

W9124D22Q0011

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W6QM MICC-FT KNOX

Office:

W6QM MICC-FT KNOX

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

nov 24, 2021 01:00 pm est

Inactive Policy:

manual

Original Inactive Date:

feb 01, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

s203 - housekeeping- food

NAICS Code:

722310 - food service contractors

Description:


Original Set Aside:

THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command (MICC) – Fort Knox, KY is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry capabilities to prepare and deliver boxed meals for Lansing Military Entrance Station (MEPS) located in Lansing, MI on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program 8(a), Small Disadvantage Business (SDB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB) concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code(s) is: 722310 Food Services Contractors with a small business size standard of $41.5M. The Product Service Code (PSC) is S203 Housekeeping - Food. This NAICS code selection is based on the following separate service activities: 722310 – Food Service Contractors This requirement is for the HQ United States Military Entrance Processing Command (USMEPCOM) located in North Chicago, IL. The Government anticipates awarding one single Firm Fixed Price contract for the Lansing MEPS. This is a service requirement for provide and serve boxed meals. A draft Performance Work Statement is provided with this announcement. The anticipated period of performance for delivery purposes is 1 July 2022 through 30 June 2023 with four one-year option periods. The estimated annual quantity for this effort is 6,510 boxed meals for the base and option periods. In response to this sources sought notice, please provide: 1. Name of the firm, point of contact, phone number, email address, Data Universal Numbering System (DUNS) number, Commercial and Government Entity Code (CAGE) code, a statement regarding small business status (including small business type(s)/certifications(s) such as 8(a), SDB, HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the Mission and Installation Contracting Command (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC Point-of-Contact (POC) information from the www.sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the SAT. It does apply to 8(a), SDB, HUBZone, SDVOSB, and WOSB set-asides regardless of the dollar value of the award. See Federal Acquisition Regulation (FAR) 52.219-14. 7. All WOSB firms need to take action in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts. 8. Please send responses to the Contract Specialist, Sherrie Constantine in either Microsoft Word or Portable Document Format (PDF), via e-mail to sherrie.e.constantine2.civ@army.mil no later than 10:00 a.m. Eastern Standard Time (EST) on 24 November 2021 and reference this synopsis number in subject line of e-mail and on all enclosed documents. 9. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO DIRECTORATE OF CONTRACTIN BLDG 1109B RM 250

FORT KNOX , KY 40121-5000

USA

Primary Point of Contacts:

Sherrie E Constantine

Secondary Point of Contact:

William Applegate