Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
MODIFICATION

89 -- Catered Meals

Notice Date
5/7/2009
 
Notice Type
Modification
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-09-T-0016
 
Response Due
5/26/2009
 
Archive Date
7/25/2009
 
Point of Contact
Patti Woods, 318-290-5988
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is W912NR-09-T-0016, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-29 and Defense Acquisition Circular Number 91-11, 20081124 Edition. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. This solicitation is set aside for small business; however, large business will be considered if no small businesses respond with a quote. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. This solicitation is set aside for small business. The North American Industry Classification System (NAICS) code is 722320. Size Standard: $7 million sales per year Description of commodity: Catered meals prepared off site and delivered to the designated building at Camp Beauregard, Pineville, LA for the period of performance: 6 June 2009 through 27 June 2009. The Government will not furnish any equipment or facilities for the preparation of food. Vendor will provide single service items, disposable plates, cups, flatware and condiments for the meals. This quotation is for meals, delivery, set-up/tear down and serving when needed. Offer to be firm fixed-price on the following items: Line Item 0001: 7518 Breakfast meals for the period of performance. 1 fixed price to be quoted per Breakfast meal (each). Breakfast meals for the period of performance: June 7, 2009 through 27 June 2009. The number of Breakfast meals served each day shall be 358. Breakfast meals shall consist of fresh fruit, fresh fruit salad, cold cereal, bagels and cream cheese, scrambled eggs and cheese, fried potatoes or grits, sausage gravy and biscuits, (1 breakfast meat) ham, bacon or sausage, pancakes, donuts or French toast, milk, orange juice, water and coffee. Each serving of meat shall be a minimum of six (6) ounces, each serving of drinks shall be a minimum of eight (8) ounces, and all other servings shall be a minimum of four (4) ounces. Line Item 0002: 7518 Dinner meals for the period of performance. 1 fixed price to be quoted per Dinner meal (each). Dinner meals for the period of performance June 6, 2009 to June 26, 2009. The number of Dinner meals served each day 358. Dinner meals will consist of a meat dish, a variety of starches and or pasta dishes that compliment the main dishes, A variety of fresh vegetable dishes and vegetable casseroles that compliment the main dish, bread and butter, and salad, A variety of cold drinks and coffee, desserts. Each serving of meat shall be a minimum of six (6) ounces, each serving of drinks shall be a minimum of eight (8) ounces, and all other servings shall be a minimum of four (4) ounces. There shall be a minimum of fifteen (15) different menus offered, the vendor shall select one menu per day for the first fifteen (15) days; on day sixteen (16) the vendor shall rotate back to the first menu served. Line Item 0003: Above quantities are estimates only. Quantities can vary from day to day and vendor will be given advance notice of definite quantities prior to meal preparation at least 48 hours in advance. The government reserves the right to change location, dates, and to cancel meals as needed but will notify the vendor in at least 48 hours in advance. Vendor shall be flexible in terms of delivery times for the meal. Meals are to be in compliance with the 15 day menu. Which consists of a minimum of 6oz meat, drinks 8 oz minimum, and other servings of fruits, vegetables, and starches a minimum of 4 oz. Sample meals were taken from the 15 day menu. See attached. Delivery location for meals will be at the following locations: Building to be determined Camp Beauregard Pineville, LA 71360 Contractor facilities must meet minimum standards for Federal, State (Louisiana), and local government, as well as industry standards for health, welfare and the safety of our soldiers. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gov.far/. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.217-7019 ALT I, Sanitary Conditions-Alternate I 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.arnet.gov/far. IThe Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be a best value to the Government. Evaluation factors include price and past performance which are equal in importance. Interested vendors should submit pricing for line items listed above, along with three references of past performance for work of same nature. Point of contact for this RFQ is COL Patti Woods, 318-290-5988. Quotes can be e-mailed to patti.woods@us.army.mil or faxed to (318) 290-5986. No special format or form is required for your quote. Alternate POC is CPT Chad Travis, chad.travis@us.army.mil, 318-290-5981 Quotes are due not later than 10 a.m. CST 26 May 2009. All responsible sources may submit an offer, which shall be considered by the agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/NGB/DAHA16/W912NR-09-T-0016/listing.html)
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
Country: US
 
Record
SN01811903-F 20090509/090508101129 (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.