To place a bid or register go to Unison Marketplace

View Details for Buy # 1197972

General Buy Information

Buy #: 1197972  
Solicitation #: 70Z08425QDL950027
Buy Description: OPTION - Full Food Services for USCG SECTOR FIELD OFFICE (SFO) FORT MACON
Category: S2 -- Housekeeping Services
Sub Category: S203 -- HOUSEKEEPING- FOOD
NAICS: 722310 -- Food Service Contractors
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: USCG LOG-9
End Date: 07/18/2025
End Time: 14:00 ET
Seller Question Deadline: 7/11/2025 - 12:00 ET
Delivery: Period of Performance - See below

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s) Base

Base Period of Performance: 09/01/2025 - 08/31/2026
Item No Description Qty Unit
001 Full Food Service **IAW THE ATTACHED DOCUMENTS** 12 MO

Line Item(s) Option 1

Option 1 Period of Performance: 09/01/2026 - 08/31/2027
Item No Description Qty Unit
001 Full Food Service **IAW THE ATTACHED DOCUMENTS** 12 MO

Line Item(s) Option 2

Option 2 Period of Performance: 09/01/2027 - 08/31/2028
Item No Description Qty Unit
001 Full Food Service **IAW THE ATTACHED DOCUMENTS** 12 MO

Line Item(s) Option 3

Option 3 Period of Performance: 09/01/2028 - 08/31/2029
Item No Description Qty Unit
001 Full Food Service **IAW THE ATTACHED DOCUMENTS** 12 MO

Line Item(s) Option 4

Option 4 Period of Performance: 09/01/2029 - 08/31/2030
Item No Description Qty Unit
001 Full Food Service **IAW THE ATTACHED DOCUMENTS** 12 MO

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
Base:09/01/2025 - 08/31/2026
Option 1:09/01/2026 - 08/31/2027
Option 2:09/01/2027 - 08/31/2028
Option 3:09/01/2028 - 08/31/2029
Option 4:09/01/2029 - 08/31/2030
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
PAST PERFORMANCE THE PAST PERFORMANCE QUESTIONNAIRE MUST BE COMPLETED AND SUBMITTED PER THE INSTRUCTIONS ON THE PAST PERFORMANCE QUESTIONNAIRE FORM. The Government will evaluate past performance for relevant efforts, to reflect success in the requirement and the degree to which the evaluation of past performance reflects a history of customer satisfaction and collaboration. Past performance information will be utilized to determine the quality of the Offeror’s past performance as it relates to the probability of success of the required effort. A lack of recent and relevant past performance will be evaluated as neutral.
52.217-10 Reverse Auction As prescribed in 17.805(a), insert the following provision: Reverse Auction (Aug 2024) (a) Definitions. As used in this provision— Reverse auction means the process for obtaining pricing, usually supported by an electronic tool, in which offerors see competing offerors' price(s), without disclosure of the competing offerors' identity, and have the opportunity to submit lower priced offers until the close of the auction. Reverse auction service provider means a commercial or Government entity that provides a means for conducting reverse auctions when acquiring supplies or services to be used by the Government. (b) Reverse auction. The Government intends to conduct a reverse auction under this solicitation to award a contract or blanket purchase agreement. (c) Offeror agreement. By submission of a quote or proposal in response to the solicitation, the Offeror agrees to participate in the reverse auction and agrees that the Government may reveal to all Offerors the offered price(s) in the auction, without revealing any Offeror's identity, except for the awardee's identity subsequent to an award resulting from the auction. The Offeror may withdraw its agreement to further participate in the process by withdrawing its offer before the close of the auction by notifying the Contracting Officer via the contact method identified in the solicitation. (d) Only one offer. If the reverse auction produces only one offer, the Government reserves the right to cancel the auction. (e) Release of information. The Government may use a reverse auction service provider to conduct the reverse auction. Any price or proposal information or source selection information received by the reverse auction service provider in relation to the reverse auction shall not be released, outside of the Government, unless otherwise required by law. However, this does not prevent the Government from revealing to all Offerors the offered price(s) in the auction, without revealing any Offeror's identity. Price or proposal information includes, but is not limited to— (1) Contractor bid or proposal information, as defined at Federal Acquisition Regulation 3.104-1; and (2) Information identified by the Offeror as restricted from duplication, use, or disclosure—in whole or in part—for any purpose other than to evaluate the Offeror's price or proposal. (End of provision)
FAR 52.217-11, Reverse Auction-Orders Reverse Auction—Orders. As prescribed in 17.805(b), insert the following clause: (a) Definitions. As used in this clause— Reverse auction means the process for obtaining pricing, usually supported by an electronic tool, in which offerors see competing offerors' price(s), without disclosure of the competing offerors' identity, and have the opportunity to submit lower priced offers until the close of the auction. Reverse auction service provider means a commercial or Government entity that provides a means for conducting reverse auctions when acquiring supplies or services to be used by the Government. (b) Reverse auction. The Contracting Officer may conduct a reverse auction to award an order under this contract or blanket purchase agreement. (c) Contractor agreement. When a reverse auction is conducted under this contract or blanket purchase agreement, the following applies: (1) The Contractor's or blanket purchase agreement holder's submission of a quote or proposal in response to the solicitation for an order constitutes agreement to participate in the auction. (2) The Contractor agrees that the Government may reveal to all Offerors the offered price(s) in the auction, without revealing any Offerors' identity, except for the awardee's identity subsequent to an award resulting from the auction. (3) The Contractor or blanket purchase agreement holder may withdraw its agreement to further participate in the reverse auction by withdrawing its offer. To withdraw an offer made in response to a reverse auction solicitation issued under this contract or blanket purchase agreement, the Contractor or blanket purchase agreement holder shall notify the Contracting Officer of the request before the close of the auction via the contact method identified in the solicitation. (4) If the reverse auction produces only one offer, the Government reserves the right to cancel the auction. (d) Release of information. The Government may use a reverse auction service provider to conduct the reverse auction. Any price or proposal information or source selection information received by the reverse auction service provider in relation to the reverse auction shall not be released, outside of the Government, unless otherwise required by law. However, this does not prevent the Government from revealing to all Contractors or blanket purchase agreement holders the offered price(s) in the auction, without revealing any Contractor or blanket purchase agreement holder's identity. Price or proposal information includes, but is not limited to— (1) Contractor bid or proposal information, as defined at Federal Acquisition Regulation 3.104-1; (2) Price or proposal information similarly generated for a task order or delivery order or an order under a blanket purchase agreement; and (3) Information identified by the Contractor or blanket purchase agreement holder as restricted from duplication, use, or disclosure—in whole or in part—for any purpose other than to evaluate the Contractor or blanket purchase agreement holder's price or proposal. (End of clause)
Pricing Instructions Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the Unison ‘Submit a Question’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 60 calendar days after close of Buy.
Shipping Condition Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
Delivery Requirement Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted.
Q&A Instructions Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).
Commercial Items Terms and Conditions The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Commercial Items Terms and Conditions Continued FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
Supplemental Bid Information In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to marketplacesupport@unisonglobal.com.
IPP Clause In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
DHS FAR Class Deviation 20-07 Please refer to https://www.dhs.gov/publication/current-far-deviations for additional information regarding the following FAR Class Deviations 20-07. 52.204-8 Annual Representations and Certifications (DEVIATION 20-07); 52.222-19 Child Labor—Cooperation with Authorities and Remedies. (DEVIATION 20-07); 52.225-3 Buy American—Free Trade Agreements—Israeli Trade Act (DEVIATION 20-07); 52.225-4 Buy American—Free Trade Agreement—Israeli Trade Act Certificate (DEVIATION 20-07); 52.225-5 Trade Agreements (DEVIATION 20-07); 52.225-11 Buy American—Construction Materials Under Trade Agreements (DEVIATION 20-07); and 52.225-23 Required Use of American Iron, Steel, and Manufactured Goods—Buy American Statute—Construction Materials Under Trade Agreements (DEVIATION 20-07).

Shipping Information

City State   Zip Code
 

Seller Attachment(s): Required

Working Site Supervisor & Alternate Designation
Quality Control Plan
Technical Approach
Pricing Breakdown Attachment IV in excel and pdf document types. Pricing submitted shall match that submitted through DHS Marketplace (including fee).
Copy of email confirmation that Past Performance Questionnaire has been correctly sent via email to Kevin.P.Sullivan@uscg.mil prior to response deadline.

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_2_Contract_Discrepancy_Report.pdf   276 KB
002 Attachment_1_PWS_SFOFM_Full_Food_Services.pdf   379 KB
003 Attachment_3_Wage_Determination.pdf   4,902 KB
004 Combined_Synopsis-Solicitation_Full_Food_Service_USCG_Sector_Ft_Macon.pdf   461 KB
005 Attachment5_Past_Performance_Questionnaire.docx   45 KB
006 Technical_Exhibit_9_CG_5145.pdf   1,472 KB
007 Technical_Exhibit_1-8_Fort_Macon_Food_Service.pdf   508 KB
008 Attachment_4_Schedule_of_Prices_Food_Service_Sector_Fort_Macon.xlsx   18 KB