Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2025 SAM #8727
SOLICITATION NOTICE

S -- Catered Meals for OKARNG

Notice Date
10/16/2025 10:38:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
W7NV USPFO ACTIVITY OK ARNG OKLAHOMA CITY OK 73111-4398 USA
 
ZIP Code
73111-4398
 
Solicitation Number
W912L6-25-R-A002
 
Response Due
11/18/2025 8:00:00 AM
 
Archive Date
12/03/2025
 
Point of Contact
Candace OBrian
 
E-Mail Address
candace.i.obrian.civ@army.mil
(candace.i.obrian.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**** CHANGE: CLOSING FOR THIS SOLICITATION IS 18 NOVEMBER 2025. The Government reserves the right to utilize an off ramp for the duration of the contract. Decisions to off ramp a contractor will be based upon a contractor�s inability to satisfactorily perform, inability to comply with security requirements, or a lack of responsiveness. Prior to utilizing an off ramp, the Government Contracting Officer will notify the contractor of issues involving unsatisfactory performance or failures to comply with security requirements and will allow the contractor 30 days to remedy the issues. Termination for cause, in accordance with applicable FAR clauses, will also be considered for individual orders without utilizing an off ramp for the contractor for the remaining duration of the contract. On Ramp Procedures The Government will review BPA performance and requirements on a regular basis (at least yearly) and determine the necessity of on ramping. The Government reserves the right to announce and issue a new solicitation for the purposes of: (i) adding additional Contractors to expeditiously meet the requirement as the need for increased assessments materialize; and (ii) increase the small business pool of Contractors; and (iii) increase competition. The Government may implement on-ramp procedures at any time by reopening the competition and utilizing the same basis of award established in the initial solicitation. Any resulting BPA(s) awarded will include the same terms and conditions as the current basic contract. Implementing this procedure will not affect the overall period of performance for the basic agreement. Off Ramp Procedures The Government reserves the right to implement off-ramp procedures, which would result in the removal of BPA holders. The criteria for off-ramping may include, but not limited to, BPA holders not proposing on order request(s), not having at least one order award, and/or unsatisfactorily meeting the SOW requirements. If implemented, off-ramp procedures will remove BPA holders by not exercising the next available ordering period or cancelling the BPA. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, 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. The solicitation number is W912L6-25-R-A002 and is issued as a Request For Proposal (RFP) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, using the procedures of FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 dated June 11, 2025. The FAC and FAR are available at https://www.acquisition.gov/FAR . The Oklahoma National Guard intends to award approximately 15 to 20 Firm Fixed Price (FFP) Blanket Purchase Agreements (BPA) that maximizes competition. The Oklahoma National Guard has multiple armories located across the state in urban and rural areas. The intent is to award multiple purchase agreements to maximize catered meals support for a variety of events. Period of Performance is a three year ordering period. Proposals will be evaluated on Lowest Price Technically Acceptable (LPTA). Offerors will submit a proposal that addresses their capability in accordance with the Performance Work Statement (PWS). The Contractor shall provide all supervision and labor personnel, food safety and food quality control equipment, dining ware to include paper products, serving utensils and equipment, sanitation supplies, condiments and all other supplies that maybe needed. This combined synopsis/solicitation is a 100% Small Business set-aside. The North American Industry Classification System (NAICS) code 722320, Caterers with a size standard of $9,000,000.00 or Product Service Code (PSC) S203 � Housekeeping. The Government will not reimburse any costs incurred, or associated with, in relation to the preparation of a proposal for this solicitation, W912L6-25-R-A002. Provision FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services applies to this acquisition, to include any addenda to the provision. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to this solicitation and any addenda to this clause. Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this solicitation and all the clauses marked within this clause are applicable to this solicitation and the awarded contract. Included in this combined synopsis solicitation is an attachment of all the provisions and clauses by reference and full text. Clause at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)- This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): acquisition.gov Responsible offerors shall provide pricing for the following meals (Exhibit 2): Breakfast Meal - Unit of Issue: Each - Quantity: To Be Determined (TBD) Lunch Meal � Unit of Issue: Each � Quantity: TBD Dinner Meal � Unit of Issue: Each � Quantity: TBD Box Lunch � Unit of Issue: Each � Quantity: TBD Holiday � Unit of Issue: Each � Quantity: TBD This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. The award is subject to the Service Contract Labor Standards statute, Wage Determination OK 2015- 5315, Revision 27, dated 08 July 2025. Upon submission of proposals, the Offeror must have a current and active registration in the System for Award Management (SAM) database at website https://sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1031be1ef11c4f93bb3d9da21ee8da60/view)
 
Place of Performance
Address: Oklahoma City, OK 73111, USA
Zip Code: 73111
Country: USA
 
Record
SN07620646-F 20251018/251016230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.