Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

73 -- Catering Services

Notice Date
12/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
722320 — Caterers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, VA, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-05-T-0011
 
Response Due
12/29/2004
 
Point of Contact
Sheila Hall, Contract Specialist, Phone 757-462-2307, Fax 757-462-2434,
 
E-Mail Address
hallsh@nswlant.navy.mil
 
Description
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. Solicitation H92243-05-T-0011 is issued as a Request for Quote (RFQ). The Naval Special Warfare Group Two located at the Naval Amphibious Base Little Creek in Norfolk, VA intends to award a contract for catering services to be provided at the Hawthorne Army Depot, 1 South Maine Street, Hawthorne, NV 89415. This requirement is for full and open competition. NAICS code 722320, size standard $6.0M applies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26, effective 20 December 2004 and Class Deviations 2004.o0002. Catering shall include the provisions for breakfast, lunch, dinner and supplemental meal for a varied group of maximum of 200 military personnel. There will be no minimum guarantee. There are no facilities available on site. Contractor shall provide provisions, labor, equipment, field facilities, transportation, supervision necessary for preparation and serving for approximately 22,400 meals over a 28 calendar day period, six hours each day. Breakfast from 0600-0800, lunch from 1130-1330 and dinner from 1700-1900. On site kitchen and dining facilities shall be completely self contained. Contractor shall contact Day & Zimmerman at 775-945-7095 for connection to Hawthorne fresh water and grey water supply. Contractor shall provide tents, sidewalls, floors, tables and/or benches to serve as a dining facility to feed 100 personnel in two (2) sittings per meal per day. Contractor shall serve nutritional meals consistent with favorable offerings served to commercial clientele. Breakfast: Breakfast choices shall include fresh fruit juices, milk cereals, eggs, pancakes, French toast or waffles; bacon and another breakfst meat; potatoes or grits; toast or pastry; choice of coffee or tea; butter, margarine, syrup and jelly or jam. Lunch and Dinner: Lunch and Dinner shall include a choice of two different Entrees including a salad, and side dishes, accompanied by the appropriate sauces, gravies or salad dressings; choice of beverage. Each meal shall be served with a choice of bread and butter or margarine; soup, fruits, and dessert. Entree choices shall vary in a manner not to repeat within a 3-day period. Supplemental meal is any leftovers for personnel that may miss a any given meal. Contractor shall provide dry storage and additional generator equipment for lighted base camp. Contractor shall provide his own cold storage. Contractor will provide lodging for his employees. Contractor shall be responsible for disposable of all their own waste. Contractor shall provide all dishes and utensils for serving and dining. Dining facilities shall require a heat source. All contractor employees shall require a health certificate. All contractor employees shall be U.S. citizens. CLIN 0001- Breakfast - 5600 each, CLIN 0002 - Lunch - 5600 each, CLIN 0003 - Dinner - 5600 each, CLIN 0004 - Supplemental Meal - 5600 each, CLIN 0005 - Labor. Period of performance is January 3, 2005 through February 3, 2005. Contractor shall be given a two (2) day notice if there is a decrease in the number of meals required for any given meal. Contractor shall provide a list of employees that will require access to the base. All offers are to be delivered to Naval Special Warfare Group Two, Naval Amphibious Base Little Creek, 1300 Helicopter Road, Bldg. 3854, Norfolk, VA 23521 by Monday, December 29, 2004 by 4:00 pm Eastern Standard Time to be considered. Quotes may be faxed to 757-462-2434 or e-mailed to hallsh@nswlant.navy.mil. Please contact Sheila Hall at 757-462-2307 if you have any questions regarding this solicitation. Contract will be awarded on or about December 30, 2004. Wage determination No. 94-2333 Rev 25 dated 9/15/2004 applies (as included as an attachment). The provision of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) applies to this RFQ. FAR 52.212-3, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. FAR 52.212-2 Evaluation, Commercial Items (Jan 1999), 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 and price. Contractors are requested to submit past performance information to include persons and contact information on their last two contracts for similar products. The following Federal Acquisistion Regulation (FAR) and its supplements DFAR provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dec 2004), 52.202-1 Definitions (July 2004), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-2 Clauses Incorporated by Reference (Feb 1998), 52.222-41 Service Contract Act of 1965, as amended (May 1989), 52.222-21 Prohibited of Segregated Facilities (Feb 1999), 52.222-22 Previous Contracts & Compliance Reports (Feb 1999), 52.222-25 Affirmative Action Compliance (Apr 1984), 52.222-26 Equal Opportunity (Apr 2002), 52.222-3 Convicted Labor (June 2003), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.225-1 Buy American Act-Supplies (Jun 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52-249-2 Termination for Convenience of the Government (Fixed Price) (May 2004), 252.204-7004 Required Central Contractor Registration-Alternate A (Nov 2003), 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). You can visit website http://farsite.hill.af.mil for the provisions and clauses needed for this synopsis/solicitation. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-05-T-0011/listing.html)
 
Place of Performance
Address: Hawthorne Army Depot 1 South Maine Street Hawthorne, NV 89415
Country: USA
 
Record
SN00793930-F 20050423/050421214703 (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.