Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

73 -- Food Service Contract

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W912KC-05-R-0003
 
Response Due
12/15/2004
 
Archive Date
2/13/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Full Food Services are required for the Pennsylvania Army National Guard located in building 8-71, Fort Indiantown Gap, Annville, PA. The services shall include but not limited to providing all personnel, supplies (including food), supervision and i ncidentals for Full Food Service in support of the 166th Training Rgmt, in accordance with the terms and conditions of the solicitation/contract. The Governments intention is to enter into a FFP contract. The period of performance is one base period a nd four option periods. The proposals shall be evaluated on a best value basis where the Government can consider an award to other than the lowest priced offeror. Best Value Source Selection; Non-price evaluation factors in relative order of importance are Past Performance, Menu Variety, Credit History/Financial Solvency, and Throughput. The non-price factors when combined are significantly more important than price. Past Performance; Positive referrals are paramount to the recommendation. Experience in a college or Government food service environment is also preferred. Include with your proposal any college, government or other food service environment you have performed. Include references that are within the last three years. Include the resume of the person or a resume of the minimum requirements of the person that is going to be the contract manager or dining facility manager or both. Menu Variety (Lunch and Dinner only); Both the length of a menu list by day and the repetitiveness of items in the menu define meal variety. The length of the menu is the number of days before the menu repeats itself. The repeated items define when a particular variety of entr?e is repeated for either lunch or dinner. Include in your proposal a menu you plan to use and include the contents of the bag breakfast and bag lunches. Fiscal; Measured in terms of line of credit and solvency. Statements from financial institutions and a statement of prior credit history. Include with your proposal a statement of your credit availability and a report from a National Credit Reporting agency. Throughput is the number of soldiers per minute per line we expect to feed. Our maximum is 900 diners per meal period. Allowing time for changing of food and arrival times, includ e with your proposal a plan of action to support how you plan to accomplish the your amount of throughput. It will be to the advantage of each potential offeror to provide sufficient detailed information with their proposal addressing the best value criter ia for the Government to evaluate. Contractors interested in this solicitation shall notify the contracting office by fax (717) 861-8604, Attn: SSG Brenda Checci. This is set-aside for HUB-zone Small Business concerns. Reference FAR part 19.1306. SIC C ode is 5812. NAICS Code is 722310. Business size standard is 17.5 million. Contractor shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. The clause at 52.212-4 Con tract Terms and Conditions- Commercial Items applies to this acquisition. The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The provisions at 52.212-5 Contract Terms and conditions Required to Implement S tatutes or Executive Orders-Commercial Items are included and incorporated by reference; these clauses apply; 52.222-3 Convict Labor, 52.233-3 Protest AfterAward, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-10 Price or Fee Adjust ment for Illegal or Improper Activity, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.225-3 Buy American Act- Supplies. Evaluation will be based on the criteria listed. Contractor requesting a site visit shall contract SFC Donald Moyer (717) 861-8928 to schedule a time. Solicitation packages wi ll be available no sooner than 15 calendar days after publication of this notice. Offers shall be due no later then 1400 hours (2:00PM) no sooner than 30 calendar days after issuance of the solicitation package. The solicitation will be available fifteen ( 15) calendar days from the date of this announcement from the Nationwide NG Posting for Electronic Business Solicitations (EBS) on-line attp://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All requests for solicitations shall go through the EBS website. Interested bidders are required to register on the EBS website to access/download the solicitation. Clicking on the solicitation number link will start the registration process. Interested bidders must be registered with Central Contracto r Registration (CCR). CCR registration information can be accessed on-line at http://www.ccr.gov/. The solicitation and associated information minus the plans and specifications will be available only from the EBS website. Bid Opening Date shall not be ea rlier than 30 calendar days after availability of solicitation. POC is Brenda Checci, (717) 861-8486
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
Country: US
 
Record
SN00709504-W 20041119/041117212017 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.