Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

S -- Catering Services

Notice Date
6/3/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, N.W., Washington, DC 20525
 
ZIP Code
20525
 
Solicitation Number
CNS0804030005
 
Response Due
6/4/2008
 
Archive Date
12/1/2008
 
Point of Contact
Name: Martha Vines, Title: Contract Specialist , Phone: 2026066987, Fax: 2026063488
 
E-Mail Address
mvines@cns.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is CNS0804030005 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 722110 with a small business size standard of $6M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-06-04 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Vinton, IA 52349 The Corporation for National Service requires the following items, Meet or Exceed, to the following: LI 001, Catering Services Team Leaders: June 9 - July 7, 2008; Estimated 20 people; breakfast, lunch and dinner; on-campus feeding. See attachment for further information., 20, EA; LI 002, Catering Services Corps Members: July 8 - August 12, 2008; Estimated 160 people; breakfast, lunch and dinner; on-campus feeding. See attachment for further information., 160, EA; LI 003, Special Event Services: This Line Item is for Evaluation Purposes Only. Please enter total amount for special event services. Total amount for Special Event Services is Not to Exceed (NTE) $10,000. Contractor shall provide special and emergency services (for example, renovation, delays, etc.) that may necessitate the need for additional catering. This line item will be a not-to exceed amount. Once a requirement for these special events is received, a quote will be requested from the Contractor. The amount of these services will be invoiced against the line item for special events. A designated representative of the Contracting Officer may approve any special event service of $1,500.00 or less. Any services for more$1,500.00 must obtain the Contracting Officers approval. ***Meal type, location, dates, and times to be determined***, 1, EA; For this solicitation, Corporation for National Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Corporation for National Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Contractor shall provide special and emergency services (for example, renovation, delays, etc.) that may necessitate the need for additional catering. This will be a not-to exceed amount. Once a requirement for these special events is received, a quote will be requested from the Contractor. The amount of these services will be invoiced against the line item for special events. A designated representative of the Contracting Officer may approve any special event service of $1,500.00 or less. Any services for more$1,500.00 must obtain the Contracting Officers approval. ***Meal type, location, dates, and times to be determined*** June 9, 2008 through May 31, 2009. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation. Past performance will be evaluated based on (a) customer satisfaction,(b) timeliness and (c) Compliance with delivery and or performance schedules current or within the last 18 months. Contractors are requested to submit past performance information to include persons and contact information on their last two contracts for same or similar requirements. This information will be checked to validate reliability and dependability Cost price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. Anticipated award date on or about 06/01/2008. 52-212-2, EVALUATION OF COMMERICAL ITEMS (JAN 1999) AND Addendum to 52-212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. Acceptability is defined as the offerors ability to meet or exceed the requirements of this solicitation. Past Performance is not intended to be the product of a mathematical analysis nor will be used as an evaluation factor, but the information gathered will be used to assist in determining the relative capability of the offeror to meet the project specifications. The offeror must be able to: (1) meet all of the requirements of the solicitation and (2) must comply with the terms and conditions of the solicitation. The Government will evaluate the Offerors proposed price to determine that the prices are fair and reasonable Synopsis and Statement of Work (SOW) are available at www.fedbid.com. Sellers must be registered with FedBid, with an active login, in order to view these documents. Please contact FedBid Client Services at 877-933-3243 or email clientservices@fedbid.com for registration information and assistance.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4cf7c108600681610833ae93313de47c&tab=core&_cview=1)
 
Place of Performance
Address: Vinton, IA 52349
Zip Code: 52349
 
Record
SN01585377-W 20080605/080603215417-4cf7c108600681610833ae93313de47c (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.