Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

X -- MESSING CGC MUNRO- SAN FRANCISCO, CA

Notice Date
5/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG85-07-Q-625620
 
Response Due
6/8/2007
 
Archive Date
6/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a Request for Quotations (RFQ), number HSCG85-07-Q-625820 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-16. This is total small business set-aside procurement. The Small Business size standard is 5mil. The NAICS is 721110. The contract will be awarded as a purchase order using simplified acquisition procedures in accordance with the provisions of FAR 13.5. The requirement is for temporary messing for the crew of a Coast Guard cutter MUNRO. When responding to this RFQ contractors shall provide pricing as follows: CLIN 0001 Temporary Messing ? provide pricing as follows: BREAKFAST beginning the morning of 14 June through the morning of 12 July 2007. $___________/ (Mon-Fri) Meal X 75 Served Meals X 20 Days = $_____________, $___________/ (Sat-Sun) Meal X 75 Served Meals X 8 Days = $______________. $___________/ (Mon-Sun) Meal X 9 Boxed Meals X 28 Days = $______________. LUNCH beginning the morning of 14 June through the morning of 11 July 2007. $___________/ (Mon-Fri) Meal X 75 Served Meals X 20 Days = $_____________, $___________/ (Sat-Sun) Meal X 75 Served Meals X 8 Days = $______________. $___________/ (Mon-Sun) Meal X 9 Boxed Meals X 28 Days = $______________. DINNER beginning the morning of 14 June through the morning of 11 July 2007. $___________/ (Mon-Fri) Meal X 75 Served Meals X 20 Days = $_____________, $___________/ (Sat-Sun) Meal X 75 Served Meals X 8 Days = $______________. $___________/ (Mon-Sun) Meal X 9 Boxed Meals X 28 Days = $_____ SPECIFICATION FOR TEMPORARY MESSING FOR CREW OF USCGC MUNRO BAE San Francisco, Ca. 1. SCOPE. This item describes the requirements for the Contractor to provide temporary off-ship MESSING for the crew of the USCGC MUNRO in San Francisco, CA. 2. REQUIREMENT FOR MESSING. The Contractor shall provide meals (served and boxed) for the crew of USCG MUNRO, starting with Lunch on 14 June through breakfast on the morning of 12 July 2007. GRATUITIES: The total contract price shall include Gratuities for services supplied to the crew. Location of Dining facility (served meals) must be within 1/4 mile of berthing facility, if not at the contractor?s facility. Boxed meals are to be delivered to the cutter at BAE San Francisco Ship Repair at 20th St. & Illinois St, San Francisco, Ca, pricing for all boxed meals shall include delivery of the meals to BAE San Francisco. BREAKFAST: 75 meals served at the restaurant and 9 boxed breakfast meals delivered to the cutter. LUNCH: Monday-Friday, 9 boxed meals delivered to the cutter. Saturday-Sunday, 75 meals served at the restaurant and 9 boxed meals delivered to the cutter. DINNER: 75 served meals at the restaurant and 9 boxed meals delivered to the cutter. 2.0 SCHEDULE FOR MEALS. Meals shall be offered as set forth below. The service facility shall remain open at least one-half hour beyond the service period. MEALS AND PERIOD OF SERVICE: BREAKFAST served from 6:00 AM through 10:00 AM, Boxed Breakfast delivered to cutter by 6:45 AM. LUNCH served from 11:30 AM through 1:00 PM, Boxed Lunch delivered to cutter by 11:15 AM. DINNER served from 4:30 PM through 6:30 PM, Boxed Dinner delivered to cutter by 4:45 PM. 3.0 SPECIFICATION ? MESSING Meals will start with Lunch on the 14th of June through breakfast on the 12th of Jul 2007: Served and boxed breakfast Mon through Sun. Miscellaneous - All menus represent an estimated dietary requirement for one person per day. Meals shall not be repeated within any consecutive seven (7) day period. Types of salad dressings, cold drinks, and bread shall vary daily. Weekly menus shall be submitted to the cutter, for review and approval, at least three working days prior to the start of each weekly menu cycle. LOCATION - The off-ship messing facility where meals are served shall be located within a 1/4-mile radius of the off-ship berthing facility. CERTIFICATION OF MEALS - The Contractor shall provide a personnel checklist for each meal to provide an accurate count of meals served per day. Restaurant Facility - The restaurant facility shall provide breakfast, lunch, and dinner on a seven-day per week basis. SANITATION - The restaurant facilities shall meet the sanitation standards specified in DHEW Pub (FDA) 78-021, as well as local and state Board of Health requirements. Sanitary Facilities. Sanitary facilities shall be provided and maintained within the messing facility. Temporary messing for 84 persons from Monday through Sunday. Breakfast (Boxed and served) - All items of the following breakfast menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: Choice of two fruit juices (Fruitades or fruit drinks shall not be substituted for juice) 6 oz, Choice of two fresh fruits (i.e. apples, oranges, bananas, or pears) 4 oz, Fresh milk (whole and lowfat) 8 oz, Cereals (hot or cold, ready to eat) 2 oz, Fresh eggs (cooked any style) 2 med. or large, Breakfast meats (bacon and one other) 2 oz, French toast, waffles, or pancakes, and syrup, 3 full pieces, Potatoes or potato substitute 4 oz, Toast and one other breakfast pastry 2 slices, Butter or margarine 2 patties, Choice of jellies or jams 1 oz, Coffee or tea, with cream and sugar 8 oz, Fork, knife, spoon, and napkin 1 ea. Weekday Lunch (Boxed) - All items in the following lunch menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: Soup, stew, or chili with crackers 6 oz, 1 sandwich with meat fillings (i.e., ham, chicken, roast beef, turkey, corned beef) 4 oz (for meat), Fresh milk (whole or lowfat) 8 oz, Fresh fruit (i.e. apples, oranges, bananas, or pears) 4 oz, Juice (i.e. apple, orange, grapefruit) 6 oz, Hard-boiled egg or 2 oz cheese 1 ea, Dessert2 oz, Fork, knife, spoon, and napkin 1 ea. Dinner and Weekend Lunch (Boxed and served) - All items in the following dinner menu shall be provided daily per person. Minimum portion sizes shall be provided as indicated for each item: Soup, stew, or chili with crackers 6 oz, Fresh salad or salad bar 4 oz, Salad dressing (at least three choices) 2 oz, Main course or entree (at least two choices) 8 oz, Gravy or sauce 2 oz, Potato, rice, or other starch 4 oz, Vegetables (at least two choices) 4 oz, Dessert (at least one fruit dessert and one cake, pie, pudding, or ice cream dessert) 2 oz, Cold drinks (at least two choices) 8 oz, Coffee or tea, with cream and sugar 8 oz, Fresh milk (whole or lowfat) 8 oz, Fresh bread/rolls 2 slices/1 ea, Fork, knife, spoon, and napkin 1 ea. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000) applies to this acquisition; quotations submitted in response to this RFQ must include: (1) CLIN number and pricing as shown above, record of past performance for similar contracts in the form of letters of reference or contract performance ratings, full information about the berthing and messing facilities proposed, and Contractors full name, address, and telephone number. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is applicable to this RFQ ? (a) Factors for evaluation will include price and past performance on similar type contracts; past performance and price are of approximately equal importance. 52.204-7, Central Contractor Registration www.ccr.gov, Oct 2003. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-4 Contract Terms and Conditions ? Commercial Items, Oct 2003, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-1, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-35-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.222-42, 52-222-43, 52.222-44 Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-47, 52.222-49, 52.225-1, 52.232-1, 52.232-8, 52.232-11, 52.232-23, 52.232-33, 52.232-38, 52.233-1, 52.233-3, 52.242-2, 52.243-1, 52.249-1, 52.253-1. The following DOL Wage rate determination will be incorporated as part of the resultant purchase order: OCCUPATION TITLE MINIMUM WAGE RATE: (Food Service $10.78 (Min Wage Rate $8.96), Cook I, $13.61, (Min Wage Rate $11.32), Cook II, $16.45 (Min Wage Rate $13.68), Dishwasher, $9.83, (Min Wage Rate $8.17), Waiter/Waitress, $9.83 (Min Wage Rate $8.17), Maid or Houseman, $10.78 (Min Wage Rate $8.96), Cashier, $10.78 (Min Wage Rate $8.96) and Desk Clerk, $10.78 (Min Wage Rate $8.96). It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (G-CPM-851), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Submitted quotes shall have the contractor?s Tax Information Number, and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 08 June 2007, 10:00 A.M. Local Time. Quotations received after that date and time will not be considered. Proposals may be submitted via FAX to 510 637 5978 Attn: Marilou Ponge or by email to Marilou.M.Ponge@uscg.mil.
 
Place of Performance
Address: USCGC MUNRO, BAE SAN FRANCISCO SHIP REPAIR, 20TH ST & ILLINOIS ST, SAN FRANCISCO, CA
Zip Code: 94107
Country: UNITED STATES
 
Record
SN01303361-W 20070527/070525220535 (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.