Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2003 FBO #0708
SOLICITATION NOTICE

89 -- Montana Army National Guard, Regional Training Institute-Catered Meals

Notice Date
11/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Montana, P.O. Box 1157, Helena, MT 59624-1157
 
ZIP Code
59624-1157
 
Solicitation Number
W9124V-04-T-0002
 
Response Due
12/3/2003
 
Archive Date
2/1/2004
 
Point of Contact
kristen.jaumotte, 406-324-3411
 
E-Mail Address
Email your questions to USPFO for Montana
(kristen.jaumotte@mt.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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; quotes are bein g requested and a written solicitation will not be issued. The solicitation number is W9124V-04-T-0002 and is issued as a Request for Quote (RFQ). SIC code is 5812, the NAICS code is 722320 and the size standard for both is $6.0 Million. The solicitatio n document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2001-17, Effective 01 Oct 2003 & Class Deviation 2003-o0003. The proposed contract is 100 percent set aside for small business concerns. SITE VISIT TO TAKE PLACE NOV 13, 2003, 1:00 PM AT MESS HALL 410, FORT HARRISON, HELENA, MT 59601. STATEMENT OF WORK Catered Meals, Montana Army National Guard Regional Training Institute 1. SCOPE The contractor shall provide all labor, equipment, supervision, and supplies, to include any required travel, necessary to provide catered meals to the Montana Army National Guards (MT ARNG) Regional Training Institute (RTI), Mess Hall 410, located at For t Harrison in Helena, Montana. 2. PURPOSE / REQUIREMENTS SUMMARY 2-1. As stated in paragraph 1, this contract is for catered meals for the MT ARNGs RTI. These meals will feed two types of soldiers. The first type is a MT ARNG soldier who is participating in a routine IDT or drill weekend. The second type is a soldier from Montana (or other state) who is attending the RTI for training, or ADT. 2-2. All requirements to provide the meals are incidental to the catered meal cost. The contractor is to provide meals and condiments, to include salt, pepper and sugar, flatware, plates, hot & cold beverage cups/glasses, and napkins. 2-3. The meals will be served at Fort Harrison in Mess Hall 410. The Government will allow the contractor limited use of the kitchen, which comprises a storage area in the refrigerator, and access to water and electrical outlets. Limited use excludes all equipment used to actually prepare meals. 2-4. MT ARNG Training Site Headquarters personnel shall provide guidance and instruction on inventory and facility policies and responsibilities. The Contractor and MT ARNG shall conduct an inventory and walk-through of Mess Hall 410 before and after each catered meal event. The Contractor shall be held responsible for the building and equipment, which must be found acceptable prior to each MT ARNG payment for catered meals. 2-5. Meal counts prior to each month are approximate. The fiscal year meal count estimates can be downloaded at (http://www.montanaguard.com/USPFO_meal.htm). The MT ARNG / RTI Project Officer will provide a head count to the contractor after the first me al on the first day of each training period. The Contractor will adjust accordingly, and verify ADT / IDT meal numbers actually served respectively with the RTI Project Officer after each event. 3. Armys General 20 Day Menu 3-1. The Contractor shall serve in accordance with the Armys General 20 Day Menu Information (http://www.montanaguard.com/USPFO_meal.htm). The meals served shall include at least the minimum portions and servings of all food groups, beverages, and condime nts indicated in the 20 Day Menu. 3-2. Eggs to order will be substituted with scrambled or hard cooked eggs. Sack lunches shall be prepared, packaged, and delivered at the breakfast meal for each applicable day. 3-3. The 20 Day Menu shall be followed as close as possible. Substitution meals are allowed as long as the integrity of the menu meal is maintained. For example, should a menu call for an item that is not in season nor is readily available due to our geo graphical location and/or is out of season/priced highly, a substitution may be made with a fresh, frozen, or canned item of the same food group. 4. PERFORMANCE PERIOD 4-1. The period of p erformance shall start on January 2004 and continue each month through September 30, 2004. 4-2. The first catered meal in December will use Menu Day 20. The next meal will use Menu Day 1 and then continue numerically through Menu Day 20. Meals will start again at Menu Day 1, etc. until the end of the period of performance. 5. HOURS OF OPERATION 5-1 The Contractor shall begin serving meals at the start of the following time periods: Breakfast: 7:00 a.m. to 8:00 a.m. Lunch: 12:00 p.m. to 1:00 p.m. Dinner: 5:00 p.m. to 6:00 p.m. 6. CONTRACTOR INVOICES / PAYMENT 6-1 The Contractor shall invoice for ADT and IDT meals against the respective contract line item (CLIN). Each invoice shall include the CLIN number, type event (ADT or IDT), event date, and number of meals served. 6-2 The Contractor shall be paid for at least 90% of the meal count estimate each month up to a maximum of the adjusted headcount. For example, if the headcount estimate prior to a given month for ADT meals was 100, but had to be adjusted by the Project Officer down to 85, and 85 meals were served, the Contractor would be paid for a minimum of 90 meals. On the other hand, if the headcount had increased to 115, and the Contractor fed 115 meals, the Government would pay the Contractor for 115 meals. 7. ENTRY TO FORT HARRISON 7-1. Fort Harrison, Helena, Montana is a closed Fort. Contractor personnel while working on the installation may obtain a temporary visitors pass at the Front Gate, provided each person has adequate picture identification with them. The provision of FAR 52.212-3, offeror Representations and Certifications, Commercial Items (July 2003) applies to this RFQ. 52.212-3, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Eval uation, Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors consi dered. The following factors shall be used to evaluate offers: Price, Past Performance and Technical Capability. Past performance and technical capability, when combined, are significantly more important than cost or price. Vendors are requested to submit past performance information to include persons of contact on their last two contracts for similar products. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1 , Instructions to Offers, Commercial Items (Oct 2003); 52.212-4, Contract Terms and Conditions, Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Oct 2003) 52.202-1, D efinitions (Alternate I) (May 2001); 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternative I (July 1995); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (June 1997); 52.204-4, Printed or Copied Doubl ed-Sided on Recycled Paper (Aug 1996); 52.208-9, Contractor Use of Mandatory Source of Supply and Services (Feb 1995); 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment., (Jul y 1995); 52.219-6, Notice of Total Small Business Set-Aside (July 1996);52.222-4, Contract Work Hours and Safety Standards Act-Overtime compensation (Sept 2000); 52.222-21, Prohibition of Segregated Facilities (April 1984); 52.222-22, Previous Contract and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (April 1984); 52.222-26, Equal Opportunity (April 2002); 52.222-27, Affirmative Action Compliance Requirements for Construction (Feb 1999) 52.222-35, Equal Opportunity for Special Dis abled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); 52.222-38, Compliance With Veterans' Employment Reporting Requirements (Dec 2001); 52.223-6, Drug Free W orkplace (May 2001); 52.225-1, By American Act-Supplies (May 2002); 52.225-3, Buy American Act-North American Free trade Agreement-Israeli Trade Act (May 2002); 52.228-5, Insurance-Work on a Government Installation (Jan 1997); 52.229-3, Federal, State and Local Taxes (April 1003); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.242-13, Bankruptcy (July 1995); 52.249-2, Termination for Convenience of the Government (Fixed Price) (Sep 1996); 52.252-2, Clauses In corporated by Reference (Feb 1998); 52.253-1, Computer Generated Forms (Jan 1991); 252.204-7003, Control of Government Work Product (April 1992); 252.209-7001, Discloser of Ownership or Control by the Government of a Terrorist Country (Sep 1994); 252.204-7 004, Required Central Contractor Registration (March 2000); 252.212-7001, Contact Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 1003); 252.217-7017, Time of Delivery (D ec 1991); 252.217-7019, Sanitary conditions (Dec 1991); 252.217-7020 Examination and Testing (Dec 1991); 252.246-7000 Material Inspection and Receiving Report (Mar 2003); You can visit the website at http://farsite.hill.af.mil/ for the provisions and clau ses needed for this synopsis/solicitation. Offers must be submitted by hard copy, fax or email to the USPFO for Montana, ATTN Purchasing and Contracting, 1900 North Williams Street, Helena, Montana 59602, or Post Office Box 1157, Helena, Montana 59624-115 7, No later than December 3, 2003 11:00 am.
 
Place of Performance
Address: USPFO for Montana P.O. Box 1157, Helena MT
Zip Code: 59624-1157
Country: US
 
Record
SN00463881-W 20031105/031103213238 (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.