Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
SOURCES SOUGHT

89 -- SOURCES SOUGHT - RESOND BY MAIL ONLY.

Notice Date
12/12/2007
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ-08-S-0001
 
Response Due
1/8/2008
 
Archive Date
3/8/2008
 
Point of Contact
Kathy Reilly, 518 786 4461
 
E-Mail Address
Email your questions to USPFO for New York
(kathy.reilly@ny.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to locate SBA certified HubZone; 8(a); SDVOSB, small local business contractors, as well as large businesses who are deemed qualified to provide catering and/or on site food preparation for all Federal Training miss ions at Camp Smith located in Cortlandt Manor, NY. The contractor shall provide all personnel; supervisory, administrative and direct labor, who will be required to accomplish all work associated with this contract. The contractor may also be required to provide additional personnel as required for sustained contingency operations. The subsistence and other items as required will be defined in a 15 day menu. Depending on the length of training; the contractor tasks include, but are not limited to, off o r on-site preparation of breakfast, lunch and dinner meals and or/delivery of food to dining facility (for catered meals). At a minimum, contractors will serve the appropriate amount of food at the dining facility (as required per the menu/order) and exec ute limited cleanup of facilities. Contractors will also be required to remove all subsistence and other items, if storing food on-site, upon completion of the mission. Warming/cooling beverages consisting of coffee, tea, hot chocolate, soup, and cold po wdered beverage mixes may be required and applied to various training missions. All work, on and off-site will be evaluated by performance standards, which will be stipulated in a Quality Assurance Surveillance Plan. The contract duration will be issued for a period of one-year (to include 4 option years). In order to be considered for these services the contractor must have relevant experience, which is defined as a) working as the prime contractor; b) completing or in the process of performing similar services, within the last five (5) years; and c) projects must be of similar scope. All contractors interested in performing these services must submit a written response to this office (DMNA, 330 Old Niskayuna Rd., Latham, NY 12110) by January 8, 2008 4 :00 pm, EST. The responses shall include 1) municipality in which your business is located; 2) identification of the appropriate business classification (to include 8(a), HubZone or SDVOSB, or small business (using NAICS code is 722310 @ $19 million.), 3) past experience; to include a brief description of similar services performed 4) capability to provide services and 5) a statement verifying that the contractor will physically perform at least 20% of the work. This is NOT a request for proposal and doe s not constitute any commitment by the contractor or Government to perform these services. Responses to this notice will only be used by the Government to make appropriate acquisition decisions. The execution of this project is subject to availability of Federal Funds.
 
Place of Performance
Address: USPFO for New York 330 Old Niskayuna Road, Latham NY
Zip Code: 12110-2224
Country: US
 
Record
SN01468623-W 20071214/071212224630 (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.