Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
SOURCES SOUGHT

S -- Operation of the NIEHS Cafeteria and Related Services

Notice Date
4/3/2008
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
National Institutes of HealthNational Institute of EnvironmentalHealth SciencesP.O. Box 12874, MD NH-02Research Triangle ParkNC27709
 
ZIP Code
27709
 
Solicitation Number
NIHES2008039
 
Response Due
5/5/2008 5:00:00 PM
 
Archive Date
6/4/2008
 
Point of Contact
PIER, PAULA E +1 919 541 2616, pierp@niehs.nih.gov
 
Description
The purpose of this notice is to obtain market research information from the small business community which will assist the government in determining if there are two or more small business concerns, i.e., small business, 8(a) concern, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service-disabled veteran-owned small business that are capable of providing the described services. SBA endorsed joint ventures or teaming arrangement will be acceptable. The government¿s determination on how to compete the proposed requirement will be made based on responses to this notice and is at the sole discretion of the government. The National Institute of Environmental Health Sciences (NIEHS) has a requirement for cafeteria services for the Institute. The purpose of this effort is to provide high quality food and food services to the employees of the NIEHS. This includes maintaining a clean, safe and attractive dining area, reasonable prices for food and a variety of food offerings. The contractor shall provide and prepare all food; operate and maintain the cafeteria; serve patrons in a professional and courteous manner; and is expected to develop new concepts, operational approaches and marketing strategies other than merely operating the existing facility. There are approximately 1300 employees, including contractor support personnel, at the NIEHS main campus. The cafeteria is located in the David P. Rall Building, which was constructed in the early 1980¿s. From its opening, a full service cafeteria has been in operation on the first floor of this building. The cafeteria seating capacity is approximately 230, occupies about 7,000 SF and adjoins the Institute¿s main conference center. In January 2002, the Institute completed a major renovation of the entire cafeteria and incorporated the latest design for food service and preparation. The kitchen is full service with Government-provided equipment in both the serving area and kitchen (e.g., dishwasher, ovens, 12-GAL. electric steam kettle, 40-GAL electric tilting skillet, convection steamers, fryers, ice maker convection oven, heavy duty range, conveyor system, roller drying table). The serving area has a deli station, hot entrée station, grill station, soup/salad station, beverage bar and two cash register stations. Breakfast, lunch and snacks are served five days a week. Hours of operation are from 7:00 am to 3:00 pm. Contractor provided supplies include all food and beverage products including condiments, napkins, new or replacement cooking utensils, pots, pans, cooking sheets, linen and uniform products, signage and menu displays trash bags and cleaning supplies, office and computer equipment, etc. Government-furnished products and services include disposables (trays, plastic utensils, paper towels and plates), maintenance of kitchen equipment, walk-in refrigerators, freezers, and large equipment items, facility utilities (gas, electricity, water, sewage disposal, trash disposal, and HVAC services), china, pest-control and a safe. The incumbent contractor is currently experiencing a customer count of approximately 550 per day. Sales data over the last 27 months indicates $416,351 total sales in CY 2006; $430,742 total sales in CY 2007, and average monthly sales of $35,016 over the 27 month period. Period of Performance: It is anticipated that the period of performance will be five (5) years, base year with four (4) option years. All interested small businesses are invited to submit a capabilities statement of not more than 10 pages (not including past performance information). The capability statement should be tailored to this notice and specifically address the company¿s capabilities to provide the services outlined above and the company¿s experience. Additionally, the response must include past performance information on Government (including GSA or other GWAC) and non-government contracts and the dates those contracts were held. The cover letter submitted in response to this notice should include 1) company name, address, point of contact, telephone number, fax number, email address; 2) DUNS number; 3) the socioeconomic status of the company, i.e., small business concern, 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, and/or service-disabled veteran-owned small business; and 4) Small Business Certification, if any. The applicable NAICS code is 722310, cafeteria food service contractors, and the size standard is $19.0 million. All questions should be sent in writing via e-mail and received before the due date for response. Respondents will not be notified of the results of the evaluation. Capability Statements will not be returned. Firms are advised that this notice is not a Request for Proposals (RFP). The notice shall not be construed as a commitment by the Government to issue a solicitation or to ultimately award a contract on the basis of this notice or responses thereto. No reimbursement will be made for any costs associated with providing information in response to this notice. Responses to this notice will not serve as a proposal, bid, or offer, and will not be used by the Government to form a binding contract. The sole purpose of this notice is to assess the capabilities and interests of small business concerns in performing these services so that a determination can be made on whether or not this requirement will be set-aside for small business. Once that determination has been made, a presolicitation or solicitation notice will be posted. Responses must be received no later than 4:00 PM (Eastern Daylight Time), May 5, 2008, by either post office mail or email only, to the following address: NIH/NIEHS, OM, OA, CBC, Nottingham Hall, MD-NH-09, P.O. Box 12874, Research Triangle Park, NC 27709 (Physical address: 4505 Emperor Blvd, 2nd Floor, STE 245, Durham, NC 27703). Attention: Paula Pier (919) 541-2616, pierp@niehs.nih.gov.
 
Place of Performance
Address: National Institutes of HealthNational Institute of EnvironmentalHealth Sciences111 T. W. Alexander DriveResearch Triangle ParkNC27709US
Zip Code: 27709
 
Record
SN01547339-W 20080405/080404001145-16bd2534184184939c29e08f94454378 (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.