Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

89 -- The contractor shall provide healthy, appetizing, and nutritous meals onsite to approximately 910 JROTC Cadets and 145 Cadre attending the 7th Brigade JCLC, Wendell H. Ford Region Training Center, Greenville, KY.

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
ACA, NRCC, Installation - Fort Eustis, ATTN: ATZF-DPC, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W91QF108T0045
 
Response Due
4/1/2008
 
Archive Date
5/31/2008
 
Point of Contact
Gwendolyn Bridges, 757-878-2800
 
E-Mail Address
Email your questions to ACA, NRCC, Installation - Fort Eustis
(gwendolyn.bridges@us.army.mil)
 
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. This solicitation W91QF1-08-T-0045 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal A cquisition Circular 2005-24. This solicitation is set-aside 100 percent for small business. The NAICS code that applies is 722310 with a small business size standard of $19.5 million. This action will result in a FFP purchase order utilizing simplified c ommercial acquisition procedures un der Full and Open competition. Anticipated award date is April 4, 2008. Refer questions to Gwen Bridges, (757) 878-2800, x2241 or email to gwendolyn.bridges@us.army.mil. The contractor shall provide healthy, appetizing , and nutritous meals onsite to approximately 910 JROTC Cadets and 145 Cadre attending the 7th Brigade Junior Cadet Leadership Challenge (JCLC) Camp, Wendell H. Ford Region Training Center, Greenville, KY for the Period of Performance 29 May 2008  June 9, 2008. This requirement is for the following line items: Line Item 1: Breakfast Meals: May 30, 2008  60 Cadre meals; May 31, 2008  130 Cadet meals and 95 Cadre meals; June 1, 2008  260 Cadet meals and 120 Cadre meals; June 2-7, 2008  390 Cadet meals and 145 Cadre meals each day; June 8, 2008  260 Cadet meals and 120 Cadre meals; June 9, 2008  130 Cadet meals and 70 Cadre meals. Total of 4455 Breakfast Meals required. Line Item 2: Lunch Meals: May 30, 2008  20 Cadet meals and 70 Cad re meals; May 31, 2008  130 Cadet meals and 95 Cadre meals; June 1, 2008  260 Cadet meals and 120 Cadre meals; June 2  6, 2008 - 390 Cadet meals and 145 Cadre meals each day; June 7, 2008  260 Cadet meals and 120 Cadre meals; June 8, 2008  130 Cadet m eals and 95 Cadre meals. Total of 3975 Lunch Meals required. Line Item 3: Dinner Meals: May 29, 2008  60 Cadre meals; May 30, 2008  130 Cadet meals and 95 Cadre meals; May 31, 2008  260 Cadet meals and 120 Cadre meals; June 1  6, 2008 - 390 Cadet meals and 145 Cadre meals each day; June 7, 2008  260 Cadet meals and 120 Cadre meals; June 8, 2008  130 Cadet meals and 95 Cadre meals. Total of 4480 Dinner meals required. Breakfast choices shall include fresh fruit juice, lowfat chocolat e and white milk, individual packaged dried cereal or individual packaged hot cereal, eggs, pancakes, breakfast meat, assorted breads, hash brown potatoes, biscuits with gravy, fresh or canned fruit, coffee, butter or margarine, syrup, jelly or jam, and co ndiments. Lunch & Dinner shall include an entr?e including a tossed salad, one vegetable at lunch and two vegetables at dinner, accompanied by the appropriate side dishes or sauces, gravies, or salad dressings, lowfat chocolate and white milk, iced tea and coffee, condiments. Each meal shall be served with a choice of bread and butter or margarine, and dessert. Entrees shall vary in a manner not to repeat within a 3-day period. Additional information can be provided upon request. The Govern ment will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following provisions are included in thi s acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors Commercial (Nov 2007), FAR 52.212-2, Evaluation--Commercial items (J an 1999); FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (N ov 2007) Alternate I (Apr 2002); DFAR 252.225-7000, Buy American Act and Balance of Payments Certificate. A completed signed copy of provision FAR 52.212-3 shal l be subm itted with any quotation. The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration (Jul 2006); FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Condit ions Required to Implement Statutes or Executive Orders--Commercial Items (Feb 2008). The following additional FAR Clauses cited within clause 52.212-5 also apply: 5 2.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Pr ogram Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.2 22-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Ve terans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.2 22-41, 52.222-50, Combating Trafficking in Persons ; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.247-34, F.O.B. Destination and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1988) also apply to this a cquisition. The following DFAR clauses also apply: DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003); 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (Apr 2007); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.243-7001 Pricing of Contract Modifications 252.232-7010, Levies on Contract Payments; and 252.243-7023 (Mar 2002) Alte rnate III (May 2002). In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contra cting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or (269) 961-5757. For information regarding this solicitation plea se contact Gwen Bridges, (757) 878-2800, x2241. All offers are due by 2:00pm (EDST April 1, 2008) by facsimile (757) 878-2904, by e-mail to gwendolyn.bridges@us.army.mil or by mail or hand carried to Directorate of Contracting, Attn: Gwen Bridges, 2746 Ha rrison Loop, Fort Eustis, VA 23064-5292.
 
Place of Performance
Address: ACA, NRCC, Installation - Fort Eustis ATTN: ATZF-DPC, 2798 Harrison Loop Complex Fort Eustis VA
Zip Code: 23604-5538
Country: US
 
Record
SN01542181-W 20080328/080326224507 (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.