183 SVF FY25 RSD Meals

SOL #: W50S7U-25-Q-0001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7M6 USPFO ACTIVITY ILANG 183
SPRINGFIELD, IL, 62707-5003, United States

Place of Performance

Springfield, IL

NAICS

Food Service Contractors (722310)

PSC

Meat, Poultry, And Fish (8905)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 6, 2025
2
Last Updated
Mar 14, 2025
3
Submission Deadline
Mar 20, 2025, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

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.

People

Points of Contact

Alicia C. BraunPRIMARY
Amanda BrenizerSECONDARY

Files

Files

Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 14, 2025
Version 1
Combined Synopsis/Solicitation
Posted: Mar 6, 2025
View