Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

73 -- Personnel to support 1TFW deployed personnel, Savannah CRTC Dining Facility 22 May 2006 through 31 July 2006

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
Reference-Number-F2Q330608A20
 
Response Due
4/12/2006
 
Archive Date
4/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items under Solicitation F2Q3306080A20, for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR)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 1st Contracting Squadron, USAF, has a requirement for personnel to support full food services at Savannah CRTC Dining Facility in support of 1TFW deployed personnel, 22 May 2006 through 31 July 2006. Contractor will be required to provide non-personal services, providing all parts, labor, tools, materials, facilities and transportation necessary to purchase and/or repair and provide full food service support to include cooks, cashiers, and mess attendants at the Savannah CRTC dining facility, in accordance with the attached Statement of Work. Period of Performance 22 May 2006 through 31 July 2006. Exact place of Delivery for providing the services for the deployed unit to Savannah Georgia will be provided in Award Document. This request is being issued as a Request for Quote using Simplified Acquisition procedures at the following web site: www.fbo.gov (ii) The solicitation document and FAR incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07 and Defense Federal Acquisition Regulation Suppplement, Defense Change Notice (DCN) 20060223.It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at http://farsite.hill.af.mil/. (iii) This acquisition is a 100% Small Business Set Aside IAW 19.502-2(a). The NAICS code is 722310, business size standard $19.0 M. The following FAR provisions and clauses are applicable to this procurement: (iv) , 52.212-4 Contract Terms and Conditions Commercial Items (JAN 1999), 52.252-2 Clauses Incorporated by Reference,52.204-7 Central Contract Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Orders; Included in this clause 52.222-4, Convict Labor, 52.225-1 Buy American Act, 52.233-3 Protest After Award, 52.221-21 Prohibitions of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-37 Employment Reports, 52.222-41 Service Contract Act, 52.222-42 Wage Determination , and 52-219-6 Notice of Total Small Business Set Aside, 52.247-34 F.O.B. Destination, 52.252-6 Authorized Deviation, 252.204-7004 Required CCR, 252.232-7003 Electronic Submission of Payments Request, and 5352.242-9000 Contractor Access to Air Force Installations. (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offeror conforming to the Statement of Work in this solicitation will be most advantageous to the and can meet the Government?s Period of Performance. (v) Offerors are reminded to include a copy of the Representations, Certifications, 52.212-3 Commercial Items with his/her offer, located at Web Site https://orca.bpn.gov/.Quotes are due and shall be received by 12 April 2006 and shall be received at 1 CONS, 74 Nealy Avenue, LAFB, Va 23665 not later that 3:00 P.M. Day Light Saving Time. Fax submission will be accepted at 1-757-764-7447 or e-mail Contract Specialist lois.nicholson.ctr.@langley.af.mil. It is the offeror?s responsibility to ensure receipt of fax or e-mail quotes. Quotes shall include: (1) letter signed by an individual authorized to bind the company with a schedule (list) of offered items to include unit and total price. Completed Representations and Certifications. Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the address provided. No paper copies of Request for Quote will be provided. Telephonic questions will not be answered. All answers will be provided via an amendment to the solicitation. Savannah CRTC Dining Facility STATEMENT OF WORK (SOW)F2Q3306080A20 I. DESCRIPTION OF SERVICES 1. Scope Of Work. The contractor shall, except as specified in this Statement of Work (SOW) as government furnished property or service, provide all personnel, supervision, and any items and services necessary to perform full food services at Savannah CRTC Dining Facility as defined in this SOW. The contractor shall perform the requirements in the SOW and conform to the professional standards identified in this contract, and shall follow all applicable instructions and directives as identified by this SOW. Contractor tasks include, but are not limited to, the following: Dining facility management, cooking, food preparation serving and replenishing food, cleaning facilities, equipment, utensils and pots and pans, preparing vegetables and fruits for the salad bar, cleaning table and chairs in the dining room, clean kitchen equipment, sweep and mop floors in dining, serving, storage, kitchen areas, and restrooms, replenish pastry bar, salad bar, beverage bar, and serving lines, perform cashier services, handling foods, supplies, and equipment. The estimated quantities of work are listed in Technical Exhibit 2, Workload Estimates. The contractor shall submit reports ad documentation as identified throughout this SOW. Request for such reports and documentation and responses shall be coordinated through the government point of contact (POC). 2. Program Overview. The Savannah CRTC Appropriated Fund food service operation consists of a main dining facility. This facility is dedicated to providing full meal service and meeting the nutritional needs of Department of Defense (DOD) personnel who frequent the facility. The Savannah CRTC dining facility is a full service dining facility. 3. Customer Eligibility. The primary customers at the dining facility are military personnel who are allotted rations in government dining facilities at the expense of the government. 4. Operational Requirements and Specific Tasks. a. Subsistence and Material Handling. The contractor shall comply with Air Force Golden Eagle Receiving and Storage Standards for all Prime Vendor delivered items. The contractor shall check temperatures on all refrigerated and frozen foods for compliance with the Food Code. Put away stock in storeroom upon receipt using First In First Out (FIFO). b. Food Preparation. The contractor shall obtain foods from the military supervisor for each meal and accomplish the food preparation listed on Food Service Production Log in accordance with (IAW) the Air Force Recipe Service. Progressively prepare food items to ensure optimum freshness, flavor, color, texture, and nutritional value. c. Service of Food. The contractor shall comply with the production log and serve food in standard portions as outlined in Golden Eagle Line Serving standards unless the patron request smaller portions. The military supervisor will advise the contractor on proper serving sizes. Contractors shall move full serving containers to serving lines and remove containers. Perform standard cross panning procedures, maintain proper temperatures on serving lines. Set up and close down serving lines. Prepare short-order items such as hamburgers; hot dogs, and French fries in advance only to the extent necessary to meet the required customer flow through the serving line. d. Table Service. Replenish dining table items napkins, salt, pepper, condiments, etc so that they are available to all patrons without waiting. 5. Sanitation Requirements. The contractor shall comply with all federal and Air Force mandated sanitation requirements. 6. Housekeeping Services a. The contractor shall cleanup those areas that immediately affect customer service to include appearance of the dining facility. b. Floor Cleaning. Clean floors so that no visible dirt or dust remains on floors, floor mats or runners, in corners, behind doors, or under furniture equipment. c. Lavatories. Spot check lavatories during meal times to ensure tidiness and supplies are available. Cleaning toilets, urinals, wash bins, slop sinks, and partitions with a germicidal detergent solution. d. Clean and sanitize, pots, pans, kitchen, and dining areas in accordance with the FDA Food Code. e. Sweep and clean in and around entrances, exits and sidewalks as required, maintaining a neat and clean facility appearance at all times. Cleaning includes removing all paper, trash, and cigarette butts from the area. 7. Contractor Personnel a. Management. The contractor shall provide working shift supervisors on site who shall be responsible for the performance of the work. The working shift supervisors will shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. b. Conduct. Contractor employees shall not loiter in any working or patron area. Upon completion of their assigned shifts, or after eating, employees shall promptly depart from the food service facilities c. Payment for Meals. Contractor personnel who work in dining facility under this contract may purchase food to be consumed in the facility, while on duty and up to 15 minutes before or after their shifts. Payment for meals will be at the standard rate of $1.95 for breakfast $3.55 for lunch and $3.55 for dinner. 8. Hours of Operation. The contractor shall maintain operating hours at the Savannah CRTS dining facility as listed in Technical Exhibit 1. During the required serving hours for the dining facility, any authorized patron may select foods from a complete menu. The contractor shall not remove foods from the serving area until 15 minutes after the end of the posted meal hours. This allows for all patrons to be served an additional time for second servings. 9. Cashier Services. Perform cashier duties for each meal. Contractor shall provide Cashiers to perform IAW AFMAN 34-240, Food Service Program Management, Chapter 3. The contractor shall maintain a copy of current cashier instructions, developed by the Government. These instructions shall include meal charges. The military supervisor will issue AF Form 79 (Cash Collection Record) to the cashiers before each meal period. These forms are accountable and will be signed for by the cashier. 10. Funds Turn In. The contractor shall turn in funds after each meal to the military supervisor on duty. Overages will be turned in and any shortages will be the responsibility of the contractor to reimburse the government. 11. Change Funds. The contractor shall provide change funds in sufficient amounts Make change for cash patrons. 12. Personnel. The contractor shall have qualified cooks I, cooks II, and mess Attendants to perform the requirements in this SOW. 13. Quality Control Program. The Contractor shall establish through an independent function a quality program, which shall encompass all aspects of the contract. The Contractor shall implement the quality program in accordance with the Quality Program Plan. a. Quality Control (QC). The Contractor shall develop and maintain a QC inspection system that encompasses all functions of the contract. The QC inspection system shall satisfy the requirements of the contract and ensure all working supervisors are informed of all issues affecting quality. II. SERVICE DELIVERY SUMMARY Performance Requirement SOW para. Performance Standard Prepare food IAW recipe cards 4.b 95% of menu items/meal. Comply with sanitation requirements 4.a, 4.b, 4.c 100% of the time of the food code and state and local 4.d laws/regulations, which results in a satisfactory or better rating in Health inspections. Maintain the interior and exterior of the dining facility in a clean and sanitary condition 6.a,6.b, 6.c,85% of 6d. 6e the days in the month Reconcile cash drawer with military 9., 10, 11 95% of deposits per month after each meal and cash collected is accounted for and reconciled by totals on AF Forms 79. TECHNICAL EXHIBIT 1 Savannah CRTC Dining Facility Seven Days Per Week MEAL HOURS NUMBER OF SERVING LINES Breakfast 0600-0800 1 Lunch 1100-1300 Combined main line and snack line Dinner 1600-1800 Combined main line and snack line TECHNICAL EXHIBIT 2 WORKLOAD ESTIMATES MEAL ESTIMATES SAVANNAH CRTC DINING FACILITY Breakfast 200 Lunch 300 Dinner 200
 
Place of Performance
Address: Savannah GA
Zip Code: 3005
 
Record
SN01022029-W 20060408/060406220558 (fbodaily.com)
 
Source
FedBizOpps 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.