Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2007 FBO #1973
SOLICITATION NOTICE

89 -- Provide Catered Meals-ANA De-Mob for the Oregon Army National Guard

Notice Date
4/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W90KMT71026302
 
Response Due
5/4/2007
 
Archive Date
7/3/2007
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation is W90KMT71026302 and is issued as a Request for Quote (RFQ). Request for Quotes are due by May 4, 2007, 1:00 p.m. (Oregon-Local Time). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small busi nesses. The North American Industry Classification System (NAICS) code for this acquisition is 722320. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: Statement of Work Catered Meals-ANA De-Mob 1. Breakfast Meals-The contractor is to provide prepared meals, to include condiments, paper plates, utensils, and napkins. The selected contractor will be serving approximately _____ breakfast meals. All products used in any portion of the meal must meet the minimum Federal/State requirements for that particular meal. The breakfast meals as a minimum needs to consist of a main entree' (meat), two sides, oatmeal, fresh fruit, milk, coffee, tea and real fruit juice, assorted breads. The maximum allowable cost is $7.00 per meal. Total meals to be delivered are _____ meals. 2. Lunch Meals-Boxed-The contractor is to provide boxed meals, to include condiments, paper plates, utensils, and napkins. The selected contractor will be serving approximately _____ lunch meals. All products used in any portion of the meal must meet the minimum Federal/State requirements for that particular meal. The boxed lunch meals, as a minimum, need to consist of a 4 oz Meat Sandwich, chips, cookie, fresh fruit, and drink. The maximum allowable cost is $8.00 per meal. Total meals to be delivered a re _____ meals. 3. Dinner Meals-The contractor is to provide prepared meals, to include condiments, paper plates, utensils, and napkins. The selected contractor will be serving approximately _____ dinner meals. All products used in any portion of the meal must meet the m inimum Federal/State requirements for that particular meal. The dinner meals as a minimum need to consist of a main dish (meat), two sides (one must be a vegetable), fresh salad, fresh fruit, dessert, milk, coffee, tea and punch. The maximum allowable cos t is $9.00 per meal. Total meals to be delivered are _____ meals. 4. Meals are to be delivered to the 17th Street Armory, Salem, Oregon. Kitchen Facilities are available. 5. Vendor must be located in the State of Oregon. 6. A full complete menu MUST be provided or you will be deemed non-responsive. Evaluation Factors Evaluation factors will be based upon menu food quality, past performance and price. Menu food quality will carry a higher weight in the evaluation process. Delivery Schedule 1. Time allowed for feeding is 100 personnel in an hour. 2. Breakfast Meals a. Contractor to deliver 100 breakfast meals a day on May 14 through May 16, 2007. Total Meals=300 b. Contractor to deliver 125 breakfast meals a day on May 27 through May 29, 2007. Total Meals=375 c. Contractor to deliver 100 breakfast meals a day on June 5 through June 8, 2007. Total Meals=400 d. Contractor to deliver 150 breakfast meals a day on June 7 through June 9, 2007. Total Meals=450 e. Contractor to deliver 100 breakfast meals a day on July 14 through July 16, 2007. Total Meals=300 Breakfast Breakout is as follows: 1,825 meals x $___________ = $________________ 3. Lunch Meals-Boxed a. Contractor to deliver 170 lunch meals a day on May 14 through May 15, 2007. Total Meals=340 b. Contractor to deliver 250 lunch meals a day on May 27 through May 28, 2007. Total Meals=500 c. Contractor to deliver 225 lunch meals a day on June 5 through June 7, 2007. Total Meals=675 d. Contractor to deliver 300 lunch meals a day on June 7 through June 8, 2007. Total Meals=600 e. Contractor to deliver 225 lunch meals a day on July 14 through July 15, 2007. Total Meals=450 Lunch Breakout is as follows: 1,565 meals x $___________ = $________________ Dinner Meals a. Contractor to deliver 100 dinner meals a day on May 14 through May 15, 2007. Total Meals=200 b. Contractor to deliver 125 dinner meals a day on May 27 through May 28, 2007. Total Meals=250 c. Contractor to deliver 100 lunch meals a day on June 5 through June 7, 2007. Total Meals=300 d. Contractor to deliver 150 lunch meals a day on June 7 through June 8, 2007. Total Meals=300 e. Contractor to deliver 100 lunch meals a day on July 14 through July 15, 2007. Total Meals=200 Dinner Breakout is as follows: 1,250 meals x $___________ = $________________ Total Quote = $______________________________ Vendor Name: Vender POC: Vendor Phone: Vendor Email: Date: The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contra ctors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the lowest priced offer which is both techn ically acceptable and shows satisfactory past performance. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, D efinitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); provision 52.211-6, Brand Name or Equal (Aug 1999); provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: Brandy Kloock at 503-584-3769. Quot ations can be mailed to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to brandy.kloock@ng.army.mil
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
Country: US
 
Record
SN01278061-W 20070422/070420221146 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.