This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the 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 solicitation will not be issued. Award will be made to the offeror that represents the best value to the Government. While the Government anticipates awarding a contract (subject to the availability of funds), the Government reserves the unilateral right to cancel this solicitation and not issue an award.
Request for Quote (RFQ) number M-25-A31-R-000166 is as a 100% small business set-aside under North American Industry Classification System (NAICS) code 722320 – Caterers, with a size standard of $9.0 Million. All offerors must be registered in the System for Award Management (SAM) for “All Awards” prior to submitting a quote. SAM can be accessed at www.sam.gov.
The United States Marshals Service (USMS) Tactical Operations Division (TOD) Special Operations Group (SOG) has a requirement for catered meals to be served in-and-around the Louisiana National Guard Training Center in Pineville, LA. Although the training will take place on a military installation, the training is for a Federal Law Enforcement Agency – not a military organization. SOG will be hosting training events that will take place between 24 February 2025 and 07 March 2025. The successful offeror will be required to prepare and serve three (3) meals per day, seven (7) days per week in accordance with the training dates / training schedule listed in the Perforamce Work Statement (PWS) except when notified by the Contracting Officer Representative (COR) in writing that services are not required. In addition to meals, the successful offeror shall provide healthy and protein rich snacks between each meal period. Please see the attached PWS for full details.
Vendors are strongly encouraged to review the entire attached PWS and to pay special attention to Section 8: Food Specifications, Section 8.1 General Information and Section 8.2: Food Counts. These sections provide critical information for successful vendor performance.
The Government anticipates awarding a Firm-Fixed-Price (FFP) contract to the contractor that represents the best value to the Government amongst all offerors that demonstrate they can meet all specifications in the PWS. Due to the nature of this requirement, any interested contractor must have a physical business location within a 50-mile radius of the following address:
1401 “F” Street
Pineville, LA 71360
Contractors will be assigned a confidence rating for each evaluation criteria below (numbered 1 – 4) in order of importance:
1. Contract Catering Personnel: Experience performing at this contract level, culinary training and culinary certifications and years of experience.
2. Contract Management Experience: How experienced is the contractor in providing these services at a comparable or greater level.
3. Contractor Performance: Contractor must provide three references for a performance period in the previous 24-months. References must include:
a. Contact Name
b. Contact Email
c. Contact Phone Number
d. Brief Description of Services Provided
4. Review of answers submitted to questionnaire (see attachments).
5. Price.
Criteria #1, #2, #3 and #4 when combined are of more importance than criteria #5 (price).
Should multiple offerors receive the same Confidence Ratings for Evaluation Factors 1 - 4, Evaluation Factor 5 will be utilized as a “tie breaker.”
The Following Confidence Ratings Will Be Used for All Evaluations:
High Confidence - The Government has high confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with little or no Government intervention.
Some Confidence - The Government has some confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with some Government intervention.
Low Confidence - The Government has low confidence that the Offeror understands the requirement, does not propose a sound approach, and will not be successful in performing the contract even with Government intervention.
All questions are due no-later-than 5:00 PM EST on 07 February 2025 and must be submitted to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Questions and offers will only be accepted via electronic delivery to the email addresses specified above (phone calls will not be accepted). All emails must reference the RFQ# in the subject line of the email. Failure to do so may result in your questions being inadvertently missed.
All offers are due no-later-than 3:00 PM EST on 11 February 2025. and must be submitted in writing via email to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. All emails must reference the RFQ# in the subject line of the email. Failure to do so may result in your quotes being inadvertently missed.
Guideline for Submission
(1) – All offerors shall review this solicitation, provisions and clauses, and all attachments prior to submitting a quote.
(2) – Offerors are encouraged to periodically check the System for Award Management (SAM.gov) for any amendments that may be made to the original solicitation, and for the answers to any questions received.
(3) – All offerors are required to have an active registration in SAM. Offerors must have an active registration in SAM at the time of award to be eligible to receive contract award.
(4) – All offers are due no-later-than 3:00 PM EST on 11 February 2025.
(5) – All questions and offers must be submitted to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Questions and offers will only be accepted via electronic delivery to the email addresses specified above (phone calls will not be accepted) and are due by 5:00 PM EST on 07 February 2025.
(6) – All offers shall be on company letterhead and must contain the following information:
• Unique Entity ID (UEI) Number
• CAGE Code
• Tax ID Number
• Company Name and Address
• POC Name, Email and Phone Number
• Quote Number
• RFQ Number
(7) – All offers must have the ability to receive payment via the Invoice Processing Platform (IPP). IPP is a secure, web-based program utilized by Federal agencies to manage the invoice process. IPP registration IS NOT REQUIRED to submit a quote/offer for this procurement, but the successful offeror must register for IPP after award is made.
Quote Format - Please see attached "Pricing Sheet" for quote submission.
At a minimum, all offers must include the following:
1. RFQ number.
2. Offeror name, address, POC email address and telephone number.
3. Contractor business license and proof of insurance (IAW PWS 5.9).
4. Contractor must include a realistic draft menu of a breakfast, lunch and dinner meal. This draft menu must be consistent with the actual menu that the contractor will serve if awarded the contract (IAW PWS 5.11).
5. Required licenses and certifications IAW PWS 8.3.
6. Contractor must complete the attached pricing sheet.
7. Contractor must complete the attachment titled “Questions” and return with quote.
8. Provide information for all confidence rating criteria as explained in the Request for Quotes.