Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

73 -- Food Delivery

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of Justice, United States Marshals Service, Headquarters Contracts, Headquarters Contracts Procurement Office, BSD, Washington, DC, 20530-1000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DJMS-07-Q-0034
 
Response Due
8/27/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item, prepared in accordance with the information in FAR subpart 12.6, as supplemented with the 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 USMS is contemplating a five (5) year contract which shall consist of one (1) base year and four (4) option periods. Award is contemplated during the month of September, with services to start on October 1, 2007 through September 30, 2012. The Solicitation number is DJMS-07-Q-0034 and is issued as a Request for Quotations (RFQ). Based upon the nature of the services being requested, a geographical restriction of 15 miles is being included in this synopisis/solicitation. As a result of the geographical restriction, only proposals from offerors within fifteen (15) miles of the U.S. Marshals Service (USMS), Eastern District of New York (EDNY), located at 225 Cadman Plaza East, Brooklyn New York will be accepted. The NAICS code for this procurement is 722310. This RFQ is limited to small businesses only. The contractor shall provide to the USMS Eastern District of New York (EDNY), located at 225 Cadman Plaza East, Room G20, Brooklyn, New York, meals for prisoners that are detained for court. The Contractor will be responsible for preparing and delivering the requested sandwiches to the EDNY Courthouse, for approximately 20-110 prisoners, each business day. The sandwiches being requested are Ham & Cheese; Turkey & Cheese; Tuna and Egg Salad. Also one (1) soft drink should accompany each requested sandwich, the drinks shall be 16 oz. in weight, and a variation of (2) flavors shall be available. Orders should contain the following mix of sandwiches: 30% Tuna; 20 % ham and cheese; 40% turkey and cheese and 10 % egg salad. Example: If ten (10) sandwiches are requested, sandwiches provided should consist of three (3) tuna; two (2) ham and cheese; 4 (four) turkey and cheese and one (1) egg salad. Each sandwich should contain no less than 3.5 ounce fillings, of the listed foods. All sandwiches will be garnished with lettuce and tomato and wrapped in clear sandwich wrap. No utensils shall be delivered. Each sandwich shall be accompanied by one (1) soft drink. The drinks shall be 16 oz. in weight, and a variation of (2) flavors shall be available. The drinks shall be cool in temperature and served in their original plastic or paper containers. Glass and metal containers will not be used. It is imperative that the Contractor serve nutritious, quality food prepared under clean and sanitary conditions, in accordance with state and local regulations. All foods shall be wholesome and unspoiled. Additionally foods shall be free of adulteration and misbranding, and safe for human consumption. Uncooked items (e.g. lettuce and tomatoes) shall be clean and free from blemish. All foods, when delivered, shall be attractive in appearance and correct in temperature. The foods shall be crisp, moist, dry, tender, etc., as may be appropriate for each item. The Contractor shall be responsible for ALL contract functions which include administrative, management, supervision, labor, ordering of food products, unloading, storage, preparation and delivery. Placement of orders shall be provided by a USMS representative, who will notify the contractor, by telephone, of the number of sandwiches and drinks required. Notification of the required lunches will be made by 6:00 P.M. on the prior work day. Late orders will be accepted up to 8:00 a.m. on the day of delivery. Meals will be delivered to the sally port (delivery area) no later than 11:30 a.m. on Monday-Friday. A parking space will be made available at the courthouse for deliveries. Meals will be received by a Government appointed representative. All contractor delivery personnel shall wear a name tag furnished by the Contractor that reflects the delivery person's name and company. The Contractor's employee making the delivery will remain at the courthouse until the meals have been inspected. Upon completion of a delivery, the Contractor's employee(s) shall promptly depart the building. No loitering will be permitted in any part or areas surrounding the courthouse. All employees assigned by the Contractor to perform work under this contract shall be free of communicable diseases, refrain from using tobacco when preparing food, and shall prepare foods in a sanitized manner by use of plastic gloves, hairnet, etc. All state and local codes and regulations pertaining to food service sanitation and procedures shall be adhered to by the Contractor. The contractor is responsible for acquiring appropriate licensing and permits as required by state and local authorities. All applicable building, health, sanitation, regulations, laws and codes shall be in compliance with applicable state requirements. The Contractor's facility may be inspected by the Contracting Officer's Technical Representative (COTR) to ensure compliance with the statement of work. Evaluation Factors: Past Performance and price shall be used to evaluate each offeror, and shall be considered to be of equal value. Award will be made to the company, whose proposal is judged as most advantageous to the Government, with price and past performance being taken into consideration. Price: The base and option year pricing will be evaluated by summing each of their totals, and adding them up to determine each offerors bottom line pricing. The contractor shall submit a separate pricing sheet which shows pricing for the Base Year; Option Year 1; Option Year 2; Option Year 3 and Option Year 4 for the following sandwiches and quantities: Ham & Cheese (qty. 3,800); Turkey & Cheese (qty. 3,800); Tuna (qty. 3,800); Egg Salad (qty. 3,800); Soft Drinks (qty. 15,200). The sandwiches and quantities are required for each year of the contract. Past Performance: The Contractor shall submit references for similar projects, for the last three (3) years. Each project listed shall include a brief description, name of company and contact at firm; address, telephone number and e-mail address. The Government will perform an independent determination of relevancy of the data provided or obtained. Each offerors past performance shall be used to assess the offeror?s quality of service, cost control, timeliness of performance and business relations of each reference. Technical: Although offerors will not be judged on technical merit, it is requested that each offeror provide a menu or price list which denotes the name of their company and shows their individual menu items and pricing. Individual sandwiches as requested under this contract should be listed on the menu or price list, or menu should show evidence that requested sandwiches can me made by the offeror. It is also requested that offerors provide a copy of their required restaurant licensing. CONTRACT MINIMUM - The minimum guarantee amount, which is the minimum number of sandwiches that must be ordered by the Government, is 100 sandwiches, in the contract base year, only. The minimum guaranteed dollar amount maybe met by ordering from any sandwich line item in the base year. There are no guaranteed minimums for any of the option periods. CONTRACT MAXIMUM ? The maximum quantity amount under the contract is 50%. Based upon the maximum amount quantity of 50% required by the contract, the Government may purchase an additional quantity of 50% over the contract estimated amounts for sandwiches and drinks. FAR Clauses: In accordance with FAR 52.252-2 (Feb 1998) Clauses Incorporated by Reference; FAR Clause 52.212-4 (Oct 2003) Contract Terms and Conditions- Commercial Items; FAR Clause 52.212-5 (March 2007) Contract Terms and Conditions Required to Implement Statutes or Executive Orders; FAR Clause 52.212-1 (Jan 2005) Instructions to Offerors ? Commercial Items; FAR Clause 52.212-5 (Jan 2005) Contract Terms and Conditions Required to Implement Statutes or Executive Orders; FAR Clause 52.212-3 (Jan 2005) Offeror Representations and Certifications; FAR Clause 52.204-3 (OCT 1998) Taxpayer identification; FAR Clause 52.232-33 (Oct 2003) Payment by Electronic Funds Transfer - Central Contractor Register; FAR Clause 52.219-6 (June 2003) Notice of Total Small Business Set-Aside; FAR Clause 52.216-18 (Oct 1995) Ordering; FAR Clause 52.216-19 (Oct 1995) Order Limitations; FAR Clause 52.216-22 (Oct 1995) Indefinite Quantity; FAR Clause 52.217-7 (Mar 1989) Option for Increased Quantity; FAR Clause 52.233-2 (Sept 2006) Service of Protest All quotes should contain the contractors Tax Information No.; Dun and Bradstreet No. and Central Contractor Registration No. (CCR) No. If not already registered, you should immediately register in the CCR, via the internet, at:www. CCR.gov. Questions regarding this procurement should be address to Donnell Sam, and must be received at the USMS no later than August 17, 2007. Questions may be e-mailed to Donnell.Sam@USDOJ.GOV or mailed to Donnell Sam, CS-3, 9th Fl., USMS Headquarters, Washington, D.C. 20530-1000. Original proposals must be received at the USMS on or before 3:00 p.m. (EST) August 27, 2007. Original proposals containing the requested pricing, past performance and technical information, which are submitted by mail, should be submitted to Donnell Sam, CS-3, 9th Fl., USMS Headquarters, Washington, D.C. 20530-1000. Proposals submitted by FEDEX or UPS should be delivered to: Donnell R. Sam, U.S. Marshals Service, Landover Operations Center, 3601 Pennsy Dr., Landover MD 20785. Offerors are expected to allow at least 60 calender days for award notification.
 
Place of Performance
Address: U.S. Marshals Service, Eastern District of New York, 225 Cadman Plaza East, Rm. 520, Brooklyn New York
Zip Code: 11201
Country: UNITED STATES
 
Record
SN01368804-W 20070812/070810220929 (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.