Search Contract Opportunities

SWB Food Services - USBP Tucson_Yuma_El Centro

ID: 70B03C24R00000025 • Type: Synopsis Solicitation

Description

Posted: March 9, 2024, 11:01 a.m. EST

AMENDMENT THREE:

CORRECTIONS TO SOLICITATION AND AMENDMENT LANGUAGE

The following are corrections to language contained in the solicitation and amendment Q&A:

  1. Under Description of the Requirement below, the ordering period should be five (5) years, vice three (corrected below).
  2. Under IDIQ Contract Ordering Period below, the Ordering Period 5 timeframe contains a typo in the year (should end 2029) (corrected below).
  3. Question #12 in Amendment One Q_A Document refers erroneously to a requirement that only one meal be served hot daily to migrants, however, as per Section 5.1 of the SOW, TWO (2) of the three meals provided per category shall be hot.

Proposals shall contain acknowledgement that Amendments One through Three have been read and understood in their entirety.

-------------------------

AMENDMENT TWO:

Questions and Responses Document Attached.

-------------------------

AMENDMENT ONE:

Questions and Responses Document Attached.

-------------------------

  1. INTRODUCTION

INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACT (Multiple Single-Award Contracts) SOUTHWESTERN BORDER FOOD SERVICES.

LOCATIONS: U.S. Border Patrol Southwestern Border regional locations as follows:

Region 1:

USBP Tucson Sector

Region 2:

USBP Yuma Sector

Region 3:

USBP El Centro Sector

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603(c), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This solicitation number is 70B03C24R00000025 and is issued as a Request for Proposal (RFP). The solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 722310 Food Service Contractors, with a small business size standard of $38.5M in revenue. This requirement is a Total Small Business set-aside, and only qualified Offerors may submit proposals. Prospective Offerors are required to identify their company's business size and certify that they hold the applicable NAICS code.

To be eligible to submit an offer, prospective offerors must have a valid and up-to-date applicable registration in the System for Award Management (SAM) website (www.sam.gov) prior to proposal submission. Prospective offerors not properly registered in SAM at the time of proposal submission shall not be considered for award.

Emailed responses are requested to be received by the IDIQ contract Contracting Officer (CO) Frank S. Duarte at the following address by no later than March 13, 2024, at 3:00 P.M. Eastern Time (ET): frank.s.duarte@cbp.dhs.gov.

*** Question Submission: Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Agency to respond, but no questions shall be accepted after March 5, 2024, 3:30 P.M. ET. Questions must be submitted directly to the IDIQ contract CO at the email address indicated on this notice. ***

Description of the Requirement

Offeror shall be able to furnish complete Meal Delivery and Distribution Services as described and outlined in the attached Statement of Work (SOW), during the five-year ordering period specified, at one or more of the U.S. Customs and Border Protection (CBP), US Border Patrol (USBP) Sector Regional locations indicated. Upon award of an IDIQ contract, Task Orders may be placed by an Ordering Contracting Officer to obtain meal delivery and distribution at a given USBP location as outlined in the Ordering Procedures contained in the Solicitation Provisions and Clauses document attached.

CBP intends to establish up to three (3) single-award IDIQ contracts resulting from this solicitation, collectively covering the Regional Locations outlined above. However, the Government reserves the right to not award any IDIQ contract and, if one or more IDIQ contracts is awarded, the Government will only be obligated to purchase the stated Minimum Government Guarantee(s). The resultant IDIQ contract award(s) will be five (5) years in duration, subject to aggregate total Not-To-Exceed ceiling/Maximum Contract Value amounts as follows:

Region 1:

USBP Tucson Sector $77,556,062.75.

Region 2:

USBP Yuma Sector $5,697,312.50.

Region 3:

USBP El Centro Sector - $14,410,849.25.

The Government anticipates award of one or more IDIQ contracts within 60 days of receipt of offers. The Government is obligated only to the extent of the authorized Task Orders placed under the IDIQ contract(s).

IDIQ Contract Ordering Period

The ordering period of these IDIQ contracts shall be five (5) years or up to the applicable Maximum Contract Value/Ceiling, whichever limit is reached sooner. Pricing proposals shall be provided in Attachment 2 (IDIQ contract Pricing Sheet for each Region) for the following ordering periods:

May 1, 2024, through April 30, 2025 (Ordering Period 1)

May 1, 2025, through April 30, 2026 (Ordering Period 2)

May 1, 2026, through April 30, 2027 (Ordering Period 3)

May 1, 2027 through April 30, 2028 (Ordering Period 4)

May 1, 2028 through April 30, 2029 (Ordering Period 5)

  1. GENERAL INSTRUCTIONS FOR THE PREPARATION OF OFFERS (ADDENDUM TO 52.212-1)

CBP will conduct a streamlined evaluation of all received offers for establishing the IDIQ contracts, as outlined in the attached IDIQ contract Solicitation Provisions and Clauses document, the content of which is incorporated herein by reference. CBP reserves the right to establish an IDIQ contract without further communication and exchange; therefore, each response to this request should contain the Offeror's best pricing, terms, and conditions. Offers must be prepared in accordance with these instructions and provide all required information in the format specified. The required format is designed to ensure submission of information essential to the understanding and comprehensive evaluation of the Offeror's offer. Failure of an offer to comply with these instructions may be grounds for exclusion of the offer from further consideration. Any exceptions taken with respect to the clauses in the solicitation shall be noted by the Offeror in its proposal. For the purpose of facilitating exchanges, for every instance where the Offeror does not propose to comply with or agree to a requirement, the Offeror shall propose an alternative and describe its reasoning therefor.

Prospective Offerors may submit proposals addressing the food services requirement for all locations within a single Region, for all locations within two Regions, or for all locations within all three USBP Regions, dependent upon the Offeror's capabilities. Each prospective Offeror shall include in its proposal a fully completed IDIQ contract Pricing Sheet for each Region to be included/covered by its proposal using the templates attached to this notice. By way of illustration, if an Offeror seeks to include all three Regions in its proposal, then three (3) Pricing Sheets are required. The number of IDIQ contract Pricing Sheets required will depend on the number of USBP Regions included in a given Offer. Failure to comply with this term may result in the Offer being determined to be non-responsive.

In addition to providing proposed pricing in response to this solicitation, each Offeror must also submit the following NON-PRICING proposal responses:

  1. Technical and Management Approach Volume (20 pages maximum): Full menus of items to be provided demonstrating compliance with SOW; Delivery/Distribution Plan; Food Safety Plan/Quality Control Plan; Completed representations and certifications (FAR 52.212-3 and any other representations/certifications included in this combined synopsis/solicitation); Offeror's Certification of collaboration and consultation with a registered nutritionist/dietitian regarding menu development per all minimum SOW requirements (including, but not limited to, ensuring that menus meet or exceed applicable USDA and FDA nutritional guidelines), to include the name, credentials and signature of the registered nutritionist/dietitian; and Business health certifications.
  2. Past Performance Volume (5 pages maximum): Information on historical performance of the same or similar requirements, including food services and/or delivery of meals, to those defined in the SOW. Offeror shall identify up to three (3) contracts/orders or subcontract work where the Offeror has performed similar requirements in the past three (3) years. These projects/contracts/orders/subcontracts can include those performed for the federal, state, and local governments, commercial industry and those performed for private organizations.

Submissions shall be in electronic format and sent to the IDIQ contract CO listed on this solicitation in accordance with this solicitation.

Emailed submissions must be in separate attachments and clearly indicate what is being provided. The Government reserves the right to disregard any additional attachments without notification to any Offeror. Subject line of the email should read 70B03C24R00000025 SWB Food Services IDIQ contract.

Due to CBP restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the offer exceeds 5MB, please separate the submission into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation.

Submissions must be received no later than the exact time specified in this solicitation to be considered for award. Time of receipt will be determined by the government's email receipt time. It is the offering firm's responsibility to ensure this is done according to the above restrictions.

Offers MUST be good for 60 calendar days after close of solicitation.

  1. ATTACHMENTS
  2. IDIQ contract(s) Statement of Work
  3. IDIQ contract(s) Pricing Sheets (Each Region)
  4. IDIQ contract(s) Solicitation Provisions and Clauses
  5. List of applicable Wage Determinations.
Posted: March 7, 2024, 1:07 p.m. EST
Posted: March 6, 2024, 7:03 p.m. EST
Posted: Feb. 27, 2024, 1:55 p.m. EST
Background
The U.S. Customs and Border Protection (CBP), through its component office of the United States Border Patrol (USBP), has a continuing requirement for the provision of USDA and FDA approved meals delivery and distribution services to non-citizen migrants temporarily held at locations throughout the Southwestern Border (SWB) area of operations. The meals are for migrants held until their processing is complete and they are transferred out of CBP custody. The foremost consideration is the welfare and nutrition for migrants, ensuring they receive at least three meals a day, meeting basic caloric intake and hydration needs.

The specific requirements for meals delivery and distribution services are dependent on location needs specified at the Task Order level.

Work Details
The Contractor shall furnish all equipment, materials, labor, resources, and supervision for the meals delivery and distribution services as needed by the location. Locations operate 24/7, including federal holidays. The goal is to provide a dynamic and flexible mechanism to enable the USBP to order meals delivery and distribution services as needed to feed the constantly changing migrant population without any shortages, while minimizing overages and waste.

All food must meet USDA and FDA health standards, including safe handling of food, licensed sources, health certifications, compliance with health laws and regulations, and adherence to COVID-19 workplace safety protocols.

Period of Performance
The IDIQ contract(s) will be five years in duration with an ordering period of five years or up to the applicable Maximum Contract Value/Ceiling, whichever limit is reached sooner.

Place of Performance
The contract will be performed at U.S. Border Patrol Southwestern Border regional locations including USBP Tucson Sector, USBP Yuma Sector, and USBP El Centro Sector.

Overview

Response Deadline
March 13, 2024, 3:00 p.m. EDT Past Due
Posted
Feb. 27, 2024, 1:55 p.m. EST (updated: March 9, 2024, 11:01 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
59% of obligations for similar contracts within the Customs and Border Protection were awarded full & open.
On 2/27/24 Customs and Border Protection issued Synopsis Solicitation 70B03C24R00000025 for SWB Food Services - USBP Tucson_Yuma_El Centro due 3/13/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 722310 (SBA Size Standard $47 Million) and PSC S203.
Primary Contact
Name
Frank S. Duarte   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 70B03C24R00000025

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 70B03C24R00000025

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70B03C24R00000025

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70B03C24R00000025

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70B03C24R00000025

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US CUSTOMS AND BORDER PROTECTION > BORDER ENFORCEMENT CTR DIV
FPDS Organization Code
7014-BECD
Source Organization Code
100164020
Last Updated
March 28, 2024
Last Updated By
frank.s.duarte@cbp.dhs.gov
Archive Date
March 28, 2024