Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

R -- Food Service Contract for one year plus 2 option years at Tacoma WA.

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 141 ARW/LGC, WASHINGTON AIR NATIONAL GUARD CONTRACTING OFFICE, 141 ARW/LGC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T6CC8206A301
 
Response Due
10/7/2008
 
Archive Date
12/6/2008
 
Point of Contact
scott petrin, 509-247-7221<br />
 
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. Solicitation number F6TCC8206A301 is issued as a Request for Quote (RFQ). This request for quote is due by 7 October 2008, 9:00am Pacific Time. The RFQ will result in a firm fixed price contract. This is a 100% set aside small business. The North American Industry Classification System (NAICS) code for this acquisition is 722310. Size standard is $20.5M Period of performance is 1 NOVEMBER 2008 TO 31 OCTOBER 2009 WITH TWO OPTION YEARS: 1 NOVEMBER 2009 TO 31 OCTOBER 2010 AND 1 NOVEMBER 2010 TO 31 OCTOBER 2011. Government has the unilateral option to exercise options as needed each year. Contractor will be given 45 days notice of intent to exercise option period. Provide a quote clearly listing price per meal for base and for option years. Guarantee minimum of 65 meals not to exceed 110 meals per day. Individual Meal cost base year Individual Meal cost option year 1 Individual Meal cost Option year 2 This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items.. This requirement is for: SERVICES NON-PERSONAL: Furnish all labor, tools, equipment, material, transportation and supervision to: STATEMENT OF WORK DESCRIPTION OF SERVICES. The contractor shall furnish all services, materials and transportation necessary to provide prepared meals at the 143rd CBCS, Air National Guard (ANG) 6736 Ellis Avenue South, Seattle, WA 98108-3597 from November 1, 2008 through October 31, 2009 for the scheduled Unit Training Assemblies (UTA) weekends in accordance with the following specifications and schedules. Schedule may vary, contractor will be given 2 weeks notice to adjust to times and dates. 1 - 2 NOV 08 6 7 DEC 08 10 - 11 JAN 09 7 - 8 FEB 09 7 - 8 MAR 09 4 - 5 APR 09 2 - 3 MAY 09 6 - 7 JUN 09 11 - 12 JUL 09 1 - 2 AUG 09 12 - 13 SEP 09 3-4 OCT 09 A.Contractor will furnish all cooked meals and deliver prepared meals in accordance with the SOW. They will provide a meal with a minimum choice of one meat entree, one vegetable, one starch, salad bar, bread, fresh fruit, milk and dessert/s. Different meals will be provided each day. (See attached sample menus as an example.) "The meat entree will be beef, chicken, pork or fish on each day. "No fewer than one vegetables and one starch will be provided for each guest. "Contractor will provide servings of fresh milk for 50 - 55% of estimated patrons each day. Fresh 1% or 2% white milk is the primary beverage milk; however, chocolate-flavored milk is also authorized. Milk must be served using half-pint cartons. B. Contractor will provide all condiments in individual serving packets. All food items will be served from shallow pans (4 inch) provided by the contractor. Keep hot foods at 140-160 degrees Fahrenheit and cold foods at 33-40 degrees Fahrenheit. All food/meals will remain the property of the 143rd and must be left at the 143rd Air National Guard Base (ANGB). The contractor shall take all necessary measures to ensure that the projected meal count for servings is met. Contractor will be notified of meal count changes 72 hours prior to the UTA. C. For each meal period there is a guarantee minimum of 65 meals not to exceed 110 meals. Payment will be made for each meal served. Prices will be per meal. Invoices will be submitted once the UTA has been completed each month. D. During the UTA weekend contractor will be responsible for providing and setting up the serving line no earlier than 10:00 a.m. and no later than 11:00 a.m. for lunch on both days. The lunch meal will be ready to serve by 11:00 a.m. for both days unless otherwise directed. E. Disposable, cups, plates, and eating utensils will be provided by the customer. The contractor will provide all food items with required pans and serving utensils. F. Contractor will provide a copy of the UTA menu to the 143rd CBCS no later than the Monday prior to the scheduled UTA. The menu can be sent to CMSgt Diana Hunter at fax: (206) 767-1521 or email: diana.hunter@wataco.ang.af.mil, and CMSgt Kim Arrison-Urban at fax: (206) 767-1550, or email: kim.arrison-urban@wataco.ang.af.mil for coordination. G. Food shall be purchased from approved vendors in accordance with the FDA Food Code guidelines. A list of food sources must be provided upon request. Contractor will comply with all FDA Food Code guidelines. Contractor will provide copies of Washington State Licensing Certificates prior to start of contract. Public Health personnel must be allowed to conduct sanitary inspections in accordance with current FDA code guidelines as required. EXAMPLE / SAMPLE MENUS Menu 1Menu 2 BAKED CHICKEN W/MUSHROOM GRAVYSALISBURY STEAK FRIED PORK CHOPCHICKEN & RICE CASSEROLE WILD RICEMASHED POTATOES MIXED VEGETABLESGREEN BEANS CHICKEN GRAVYBEEF GRAVY ROLLROLL APPLE COBBLER/BROWNIECHOC CAKE/COOKIES TOSSED SALAD TOSSED SALAD FRESH FRUITS FRESH FRUITS MILKMILK Menu 3Menu 4 SPAGHETTI W/MEAT SAUCE (SEPARATED)BBQ PORK CHICKEN PARMESAN W/ MARINARAHERBED BAKED FISH BOILED NOODLES FOR CHICKENMUSHROOM GRAVY BROCCOLIBAKED POTATO QUARTERS TOASTED GARLIC BREADCORN-ON-COB KEY LIME PIE/ COOKIESROLL TOSSED SALADCHERRY COBBLER/PUDDING FRESH FRUITSTOSSED SALAD MILK FRESH FRUITS MILK Menu 5Menu 6 MEAT LOAFBAKED PORK CHOP FRIED CHICKENFRIED CATFISH MASHED POTATOESMASHED POTATOES WHOLE KERNAL CORNCAULIFLOWER W/ CHEESE SAUCE BEEF GRAVYMUSHROOM GRAVY CORN BREADROLL BANANA PUDDING/CHEESE CAKEAPPLE PIE/YELLOW CAKE TOSSED SALAD TOSSED SALAD FRESH FRUITS FRESH FRUITS MILKMILK Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov The following provisions and clauses are incorporated in this notice. " FAR 52.204-7, Central Contractor Registration; " FAR 52.212-1, Instructions to Offerors Commercial Items; " FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); " FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: FAR 52.233-3, Protest After Award; FAR 52.233-3, Applicable Law for Breach of Contract Claim; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Hire FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance Work on a Government Installation (when applicable) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-2, Service of Protest FAR 52.252-2, Clauses Incorporated By Reference DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) (only for Air Guard Orders) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea; Alternate III 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _45 days_____ 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within _45 days____ provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _45__ days before the contract expires. The preliminary notice does not commit the Government to an extension. 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.232-19 -- Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond __31 Oct 2009______. The Governments obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond _31 Oct 2009____, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. The date, time and request for quote offers are due: 9:00 a.m Pacific Time on 8 September 2008 to heidi.weber@wafair.ang.af.mil or 509 247 7224. Please courtesy copy Scott.Petrin@wafair.ang.af.mil 509 247 7221 Applicable Wage Determination WD 05-2567 (Rev.-9) was first posted on www.wdol.gov on 09/16/2008
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=88dd4e991b4b5139be686781128cbc14&tab=core&_cview=1)
 
Place of Performance
Address: 141 ARW/LGC Washington Air National guard Contracting Office, 2 South Olympia Avenue Fairchild AFB WA<br />
Zip Code: 99011-9439<br />
 
Record
SN01674910-W 20080920/080918222819-88dd4e991b4b5139be686781128cbc14 (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.