Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
MODIFICATION

S -- MARKET RESEARCH FOR FFS CATERED MEALS FORT SAM HOUSTON TX

Notice Date
6/13/2005
 
Notice Type
Modification
 
NAICS
722320 — Caterers
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J0000000
 
Response Due
7/8/2005
 
Archive Date
9/6/2005
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is a Sources Sought synopsis for market research purposes only and should not be construed as a commitment by the United States Government (government) to issue a Request for Proposals (RFP), award a contract, or otherwise pay for information that is provided in response to this synopsis. This synopsis is for acquisition planning purposes only and does not restrict the government in determining the ultimate acquisition approach for the requirement, if any. Accordingly, interested sources are urge d and expected to inspect the site where work will be performed. The present assumption is that Fort Sam Houston located in San Antonio, Texas, would be the pilot or test site for the model being considered with additional installations and sites identifi ed for future application. Therefore, an organized site visit of Fort Sam Houston, Texas, military dining facilities is scheduled for Wednesday, August 3, 2005, beginning at 9:00 a.m. (0900) CDT. Participants will meet at the Southern Region Contracting Center-West offices located in building 4197, Fort Sam Houston, Texas. Participation is limited to no more than two (2) representatives per interested source. Sources shall submit the names of proposed participants no later than 3:00 p.m. (1500) CDT, Fri day, July 8, 2005, to Ms. Carolyn Staten at the following E-mail address: Carolyn.Staten@samhouston.army.mil. Ms. Staten will provide E-mail confirmation of such submission and shall provide information required to attain entry onto Fort Sam Houston, Texas, and directions to the Southern Region Contracting Center-West offices. Background for requirement. The Installation Management Agency (IMA) Southwest Region Office (SWRO, henceforth IMA SWRO) is a field operating agency of the Department of the Army (Army). The Army currently obtains dining facilities and food services using numerous contractual instruments that are administered both by individual installation and under combined installation contracts. Contracts are presently local, regional, and national. Contracts for food services to soldiers are currently separated into those in which the military operates the dining facility but contractors provide dining facility attendants services and those in which the contractors provide full food services under the Randolph-Sheppard Act. IMA SWRO now supports Army Garrison f ull food services operations on nine Army installations with 38 dining facilities that use 100% full food services contracts. These installations are Fort Bliss, Fort Hood, Fort Huachuca, Fort Irwin, Fort Polk, Fort Sill, Fort Sam Houston, Presidio of Mon terey, and the West Coast Garrison (which is comprised of Fort Hunter Liggett, Camp Parks, and BT Collins). These full food services are provided in a Government-Owned Contractor-Operated (GOCO) environment. The government owns the facilities and contrac ts for the necessary services (full food services) to provide labor, supervision, supplies, management, and specified equipment not otherwise provided by the government to prepare, plan, and serve meals (including the cleaning and maintenance of these fa cilities). Objectives. IMA SWRO is investigating the use of an operational food services model that employs a facility lease program for a Contractor-Owned Contractor-Operated (COCO) commercial catered meal concept to provide commercial-type feeding locations on IMA SWRO installations that currently use full food services contracts. This model is a significant change to the current Army feeding requirements program. It shares only minimal similarities with either of the current Army methods/concepts (i.e., full foo d services or dining facility attendants services). IMA SWROs concept consists of a robust feeding approach that uses the leased facilities/ sites on Army installations to deliver a system-wide commercial catered meal based upon standard internal anchor branding food offerings that are combined with the traditional meal offering. The model for this approach is that which is offered currently i n all regional COCO food service operations found in College and University as well as business and industry dining operations (e.g., salad market, display cookery, pizza, dessert and other food bars, hot line and short order grills similar to those now si tuated in Army dining facilities). The internal anchor branding will serve as the basic standard theme for regional commercial catered meal operations. The anchor branding concept may be more robust in some facilities than in others (e.g., Flagship, trai ning or limited branding and Kiosk branding). In an installation Flagship commercial catered meal model, a number of anchor brands are expected for those operations. Internal anchor branding will offer a standard branding concept region-wide. The brandi ng concept must provide a robust anchor brand to include graphics, point of sale materials, standard signage, and operational details. The anchor brand concept must create a region-wide platform from which to communicate both to diners and staff an ov erall Army and contractor vision of the Armys mission to feed soldiers. Unlike the current allowance-based full food services contracts in which the government provides facilities, utilities, equipment, subsistence, labor services and management (either internally or through contracts), the proposed model will purchase meals only for Subsistence-in-Kind (SIK) soldiers. All resources and capital expenditures related to providing food services will be the contractors responsibility. The IMA SWRO model intends to establish a contract pricing objective based on the price per plate of food approach. This price per plate approach shall include all costs related to the delivery of meals to SIK soldiers. Surge requirements and remote site (field) feeding of SIK diners must be included in any proposal. Surge requirements and field feeding meals will be delivered complete and FOB destination location. All other diners permitted to eat in these leased feeding facilities will reimburse the contractor directly for food consumed at a fair market price for such food. Sources Sought. This Sources Sought is a Request for Information (RFI) to identify potential sources and obtain information from potential sources that are interested in providing these leased facilities anchor-branding food services to Army installatio ns within the IMA SWRO region. All sources capable of providing these services are being sought. Capability statements must provide or demonstrate, through past experience or otherwise: (1) an understanding/familiarity with commercial food service operat ions; (2) proven capability to perform and manage these services; (3) financial capability to perform the services required; (4) business size; (5) a recommended statement of work for these services; (6) a performance and delivery schedule; and (7) a perfo rmance period. The government shall not pay for any information submitted in response to this RFI. The government requests that interested sources submit an electronic response of not more than twenty-five (25) one-sided pages that may be printed onto 8. 5 X 11 inch paper, 12-pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Sources having the relevant experience and capability may submit their statement of interests and capabilities via E-mail to carolyn.staten@samhouston.ar my.mil no later than 3:00 p.m. (1500) CDT on Tuesday, September 2, 2005. The subject line of such e-mail shall reference the Sources Sought leased facility Anchor-Branding Food Services Announcement. Responses received after this time and date shall not be considered.
 
Place of Performance
Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00828735-W 20050615/050613211821 (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.