Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

S -- Non-personal service to provide all personnel, supervision, transportation, and any items & services necessary to perform Mess Attendant Services at Hickam ANG Base, HI 96853-5517 as defined in the Statement of Work (SOW).

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
154 WG/LGC, Hickam Air Force Base, Hickam AFB, HI 96853-5517
 
ZIP Code
96853-5517
 
Solicitation Number
W912J6-07-R-0001
 
Response Due
9/24/2007
 
Archive Date
11/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(I) 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; p roposals are being requested and a written solicitation will not be issued. (II) Solicitation W912J6-07-R-0001 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-23. (IV) This acquisition is reserved for small business concerns. The associated NAICS code for this acquisition is 722310, standard industrial classification 8744, small business size $19.0M. (V) COMMERCIAL DESCRIPTIO N: Non-personal service to provide all personnel, supervision, transportation, and any items & services necessary to perform Mess Attendant Services at Hickam ANG Base, HI 96853-5517 as defined in the Statement of Work (SOW). Contractor responsibilities shall include, but are not limited to: serving food, cleaning facilities, equipment, utensils, handling supplies and equipment, and maintaining quality control of contractor provided services. In the event of contingency, performs all required tasks to en sure continued service. Period of performance one base year: 1 October 2007  30 September 2008, and four option years. (VI) FOB POINT IS DESTINATION (VII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instru ctions to Offerors, Commercial, FAR 52.212-2, Evaluation of Commercial Items. (VIII) The Government will award a firm-fixed price contract, resulting from this solicitation, to the responsible offeror, whose offer conforming to the solicitation will be the Best Value to the Government. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Governments stated importance of evaluation criteria. The following factors shall be used to evaluate offers: Price, portable design and delivery schedule. Therefore all quoters must submit, their best price and best delivery schedule. The government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15 .306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offeror may, at the discretion of the Governm ent, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines the m to be necessary. (IX) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items and 252.212-7000, Offer Representations and Certifications-Commercial Items (offerors shall include a completed copy as part of their quote). (X) FAR 52.212-4, Contract Terms and Conditions are incorporated by reference and apply to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XI) FAR 52.212-5, Contract Terms and Conditi ons Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulti ng contract. (XII) The following provisions and clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied Double Sided or Recycled Paper; 52.204-6, Data Universal Numbering S ystem (DUNS) Number; 52.219.1 (Alt I), Small Business Program Representation; 52.219-6, Notice of Small Business Set-Aside; 52.219-8, Utilization of Small Busin ess Concerns; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor  Cooperation with Authorities and Remedies;; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-37, Employment Report s On Special Disabled Veterans; 52.222-26, Equal Opportunity: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33 Payment by Elec tronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.246-2, Inspection of Supplies-Fixed-Price; 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Prefe rence for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of Extent of Transportation of Supplies by Sea; 252.247-7023 (Alt III), Transportation of Supplies by Sea. (XIV) N/A (XV) All information relating to this solicitation, including bid schedule, special notes, changes/amendments, questions and answers, will be posted on the following website: (www.selfridgecontracting.com/ebs/advertisedsolicitations.asp). Formal communications such as reques t for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the Selfridge Contracting web site. They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 2:00 PM Hawaii standard time, 12 September 2007. Terms of the solicitation and specification rema in unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Regi stration (http://www.ccr.gov). (XVI) Quotes will be due to the 154 MSG/CON, 360 Mamala bay Drive, BLDG. 3417, Hickam AFB, Hawaii 96853-5517, by 24 September 2007 10:00 AM. Hawaii standard time. Email quotes will be accepted at cezar.deveas@hihick.ang.af .mil Any of the above information is protected under the Privacy Act, and will not be released unless permitted by law and/or you have consented to such release. (XVII) Point of Contact is SSgt Sarah Medeiros (808) 448-7216.
 
Place of Performance
Address: 154 WG/LGC Hickam Air Force Base, Hickam AFB HI
Zip Code: 96853-5517
Country: US
 
Record
SN01384490-W 20070826/070824221938 (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.