Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2002 FBO #0354
SOLICITATION NOTICE

U -- Culinary Instruction Services

Notice Date
11/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-03-Q-0007
 
Archive Date
1/3/2003
 
Point of Contact
Jaime Ramos, Contract Specialist, Phone 215-697-9605, Fax 215-697-9569, - JoAnne Gallagher, Contracting Officer, Phone 215-697-9610, Fax 215-697-6569,
 
E-Mail Address
jaime_ramos@phil.fisc.navy.mil, joanne_m_gallagher@phil.fisc.navy.mil
 
Description
The FISC Norfolk Detachment Philadelphia announces a requirement for culinary instruction aboard Navy Ships while at Sea. Request For Quote N00140-03-Q-0007 contemplates a firm fixed price indefinite delivery indefinite quantity type contract for a base period of one year, with four one-year options. The base year period of performance is approximately 01 March 03 through 29 Feb 04. This is a combined synopsis/solicitation for commercial items 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This is a full and open competitive procurement. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS Code is 611519 and the size standard is $5.0M. The FISC Detachment Philadelphia requests responses from qualified sources capable of providing the following Contract Line Item Numbers (CLINs): BASE PERIOD, LOT I (CLIN 0001 and CLIN 0002): CLIN 0001 is for Culinary Instruction Aboard Navy Ships while at Sea in accordance with the Statement of Work for an estimated 6 month period per Ship for a Not To Exceed Quantity of Three (3) ships per year. CLIN 0002 is for Sets of Books to support the courses conducted in accordance with the Statement of Work for a Quantity Not To Exceed 250 Sets per year. OPTION I, LOT II: (CLIN 0003 and CLIN 0004): CLIN 0003 is for Culinary Instruction Aboard Navy Ships while at Sea in accordance with the Statement of Work for an estimated 6 month period per Ship for a Not to Exceed Quantity of Three (3) ships per year. CLIN 0004 is for Sets of Books to support the courses conducted in accordance with the Statement of Work for a Quantity Not To Exceed 250 Sets per year. OPTION II, LOT III (CLIN 0005 and CLIN 0006): CLIN 0005 is for Culinary Instruction Aboard Navy Ships while at Sea in accordance with the Statement of Work for an estimated 6 month period per Ship for a Not to Exceed Quantity of Three (3) ships per year. CLIN 0006 is for Sets of Books to support the courses conducted in accordance with the Statement of Work for a Quantity Not To Exceed 250 Sets per year. OPTION III, LOT IV (CLIN 0007 and CLIN 0008): CLIN 0007 is for the Culinary Instruction Abroad Navy Ships while at Sea in accordance with the Statement of Work for an estimated 6 month period per ship for a Not to Exceed Quantity of three (3) ships per year. CLIN 0008 is for the set of books to support the courses conducted in accordance with the Statement of Work for a Quantity NOT to Exceed 250 sets per year. OPTION IV, Lot V (CLIN 0009 and 0010): CLIN 0009 is for the Culinary Instruction Abroad Navy ships while at Sea in accordance with the Statement of Work for an estimated 6 month period per ship for a Not to Exceed Quantity of three (3) ships per year. CLIN 0010 is for the set of books to support course conducted in accordance with the Statement of Work for a quantity Not to Exceed 250 sets per year. The following services shall be provided to Mess Management Specialists aboard Navy Ships while at sea. A 1640-hour certificate and competency based program to include: a. Certificate and Competency based instruction in professional Cooking which includes, at a minimum, Basic food production and baking, Pastry and confections (Advanced), Garde Manger, and the culinary Arts. b. Certificate based instruction in Applied Food services Sanitation which includes, at a minimum, studies related to bacteriology, food-borne illness, HACCP, safe food handing, personal hygiene, housekeeping, safety in the workplace, health regulations and equipment maintenance. c. Certificate based instruction in nutrition which includes, at a minimum, food and nutrient sources, functions, nutritional guidelines to menu writing, and various population groups and nutritional applications to recipe development. d. Certificate based instruction in Supervisory in the Hospitality Industry which includes, at a minimum, Purchasing and receiving, human relations, Business and math Skills, beverage management, Dining Room Service, introduction to hospitality Industry, and personal development. 2. All courses will meet American Culinary Federation(ACF) standards required for the culinary certifications. Instruction will utilize current culinary textbooks approved by ACF. 3. The contractor shall validate work accomplished by the students to assist with the administration of the Navy Apprenticeship program. 4. The contractor shall provide an indoctrination program on the American Culinary Federation Program(advantages to membership, different levels of certification, professional development, programs and initiatives) and assist students in submission of membership paperwork, as necessary. 5. Chef instructor will rotate to all food service kitchen areas working with students competencies in all aspects of cooking/baking.(General Mess, Wardroom Mess, and CPO Mess). 6.Conduct graduation exercises for student s who qualify to graduate from the instruction program. 7. Provide competency transcript, which summarizes the hours of instruction and completed competencies for each student enrolled in the program. 8. The Government agrees to provide the following in support of the above mentioned services: a. Berthing and meals for the resident Chef Instructor and assistant instructors aboard the ship where the instruction is taking place. b. All supplies, i.e. food supplies, ice, etc., for competency training. c. Office space for the resident Chef Instructor aboard the ship where the instruction is taking place. d. Classroom space aboard the ship where the instruction is taking place. NOTE: General Quarters (GQ) and other related required drills might interfere or affect scheduled training. Adjustments will be made as required to reschedule or reconvene the affected training period. The period of performance is for one year, with 4 one-year options. The place of performance will be on the Navy Ships during deployment, leaving from Norfolk, VA. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, is applicable with Past Performance being evaluated as more important than price, see paragraph (a) of that provision. This solicitation requires the submission of Price and Past Performance information. The Offeror(s) shall describe its past performance on similar contracts it has held within the last five (5) years which are of similar scope, magnitude, and complexity to that which is detailed in the RFP or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFP. The offeror should provide the following information regarding its past performance: A. Contract Number(s), B. Name and phone number of contact at the Federal, State, Local, Government or Commercial entity for which the contract was performed, C. Dollar value of the Contract, D. Detailed description of the work performed, E. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s), and F. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. Offerors are advised to include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clauses at 52.212-5 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition, with the following clauses checked as applicable: 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans or Vietnam era, and 52.222-36, Affirmative Action for Workers with Disabilities. The following clauses are incorporated by reference with fill-ins provided: 52.217-9, Option To Extend the Term of the Contract (MAR 2000), with paragraph (a) filled in as follows: ?30 days prior to contract expiration date? and paragraph (c) filled in as follows: ?60 months?; 52.216-18, Ordering (OCT 1995) with paragraph (a) filled in as follows: ?issued from date of award through expiration date of the contract?; 52.216-22, Indefinite Quantity (OCT 1995) with paragraph (d) filled in as follows: ?expiration date of the contract.? The following clauses, which are incorporated in full text, apply to this acquisition: ?MINIMUM AND MAXIMUM QUANTITIES (FISC DET PHILA) (OCT 1992)? As referred to in paragraph (b) of the ?Indefinite Quantities? clause of this contract, the total contract minimum quantity is a total of 1 EA Culinary Instruction for a period of six months at the contract unit price. The contract maximum quantity is equal to the contract total Not To Exceed amount. ?WRITTEN ORDERS (INDEFINITE DELIVERY CONTRACTS)(NAVSUP 5252.216-9403) (JAN 1992)? Written order (on DD Form 1155) will contain the following information consistent with the terms of the contract: (a) Date of order, (b) Contract number and order number, (c) Item number and description, quantity ordered, unit price and contract price, (d) Delivery or performance date, (e) Place of delivery or performing (including consignee), (f) Packaging, packing, and shipping instructions, if required, (g) Accounting and appropriation data, (h) Any other pertinent information. Offers shall be received in the bid room or in the depository located in the bid room at FISC Norfolk Detachment Philadelphia, BLDG 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 4 P.M.(local time, Phila, PA) on 06 Dec 02. All responses should be directed to the Contract Specialist at the address shown above, Attn: Code 02P11X at (215) 697-9605 . For additional information concerning this requirement, please contact Jaime Ramos at (215) 697-9605.
 
Place of Performance
Address: Afloat at various locations.
 
Record
SN00207634-W 20021121/021119213518 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.