Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

73 -- MEALS FOR SOLDIERS ATTENDING REGIONAL TRAINING INSTITUTE COURSES

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-09-T-0004
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
Evelyn Rivera, 6785696209
 
E-Mail Address
USPFO for Georgia
(evelyn.rivera5@ga.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for the purchase of commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested and this solicitation W912JM-09-T-0004 is being issued as a Request for Proposal (RFP). This procurement is a local small business set aside. The NAICS code is 722310 and the size standard is $20.5M. The following commercial services are being requested in this solicitation; to provide meals for the 122nd Regiment (Regional Training Institute) Training Courses beginning 2 October 2009 as detailed in the Performance Work Statement included in the Solicitation. It is the responsibility of the interested parties to review this site and the National Guard Contracting website frequently for any updates / amendments to any and all documents. No individual notification of any amendments will be provided. All questions must be addressed to the Contracting Officer in writing. All vendors must register and obtain copies of this solicitation at www.nationalguardcontracting.org. The following provisions and clauses apply to this acquisition: Clause 52.212-1, Instructions to OfferorsCommercial Items. Clause 52.232-18, Availability of Funds SUBMISSION REQUIREMENTS: The offerors proposal must be submitted in three parts: 1. Past performance 2. Price proposal 3. Technical proposal Each of the parts shall be separate and complete so that evaluation of each may be accomplished independently. 1. Past Performance. The offeror must demonstrate, thorough past performance, ability to perform the work described in this RFP for the preparation and serving of meals; demonstrating creative expectations, successfully demonstrated meal variety, quality, and portion sizes, and have been on time and on budget with past projects. Submit at least three (3) and not more than six (6) project samples of similar scope and magnitude described as follows: A brief narrative about the project, no more than three (3) pages, containing but not limited to the following: project title, purpose, client name and phone number, completion date, staff involved, budget and any additional relevant information. 2. Price Proposal. Proposals shall contain all the cost information and will be used to evaluate the completeness, realism, and reasonableness of the cost numbers. The cost proposal must include all costs required to satisfactory perform the work under this contract. 3. Technical Proposal. Offerors are required to submit a comprehensive and complete technical proposal that demonstrates their ability to perform the work described in the Performance Work Statement (PWS). Offerors are cautioned to be responsive to all of the requirements of the PWS and provide sufficient information to allow evaluation of the proposals per Section 1.6.6 of the PWS and also listed in the advertised Synopsis. The technical proposal must be succinct, well written and presented in a clear straightforward manner in an 8.5 x 11 format. For ease of evaluation, offerors are to submit the technical proposal organized into the following five parts: A. Sanitation - Cooks and washers are two separate positions. Cooks are not allowed to prepare food and clean equipment; a separate washer will be designated to clean equipment. Food service personnel will complete all food service required certification and successfully pass any medical examines. Serving line will have personnel to serve the food to soldiers. Soldiers are not allowed to serve themselves portions from the food line. Vendor will collect trash from each meal and dispose of all trash associated with each meal. B. Preparation - Meals will be cooked and prepared in Building 53. If the facility does not meet vendor needs for equipment, the vendor can prepare and cook food in own facility. Vendor will provide condiments, plates, flatware, and cups. Vendor will serve food in Bldg 53, Clay National Guard Center and is subject to change depending on the nature of training. C. Sample Menu - A sample menu will be provided that will represent accurately the meals that will be prepared and served to the soldiers. Meals will be in accordance to the Army 14 day menu which is available in AR 30-22, DA PAM 30-22 D. Meals 1) Sufficient Portions of Meals - Provide three hot meals per day. Meal portions shall be sufficient to ensure soldiers are fully satisfied. 2) Quality of Meals Breakfast should be a variety alternating meals every other day. * Beverages: Milk, Coffee, juice, and water. * Food: Eggs (prepared to order and in a variety of different ways); At least one meat (bacon, sausage, beef gravy, or ham); at least one side item (waffles, pancakes, grits, oatmeal, cereal, etc.). Provide a variety of dry cereal and milk, a variety of pastries, and a variety of fruits Lunch should offer a variety of alternating meals that will not repeat within a 14-day window. * Beverages: Tea, juice, and water. * Food, a variety of sandwiches (including hamburgers, hotdogs, etc.) or two meats to choose from (especially when pork is served), two vegetables, and one starch. Dinner should offer a variety of alternating meals that will not repeat within a 14-day window. * Beverages: Coffee, tea, juice, milk, and water. * Food, a variety of or two meats to choose from (especially when pork is served), two vegetables, one starch and a variety of deserts. All meals will be high in nutritional value and taste. Offeror will allow for change in number of meals up or down within three days notification from COR, depending on the number of soldiers that are registered for that training course. E. Plan of Action and Statement of Understanding. The offeror must submit a plan of action and statement of understanding in two (2) parts: 1) Plan of Action. The offeror shall present a brief plan of action that describes their plan for performance of the project. 2) Statement of Understanding. The offeror shall submit a brief statement that demonstrates that he understands the requirements and objectives the Government has established to provide meals for soldiers. This cannot be a repeat or mere summary of the materials provided in this RFP, but rather the offerors statement of his understanding of that work. Part 2 is expected to be no more than two (2) pages in length. Clause 52.212-2 EvaluationCommercial Items shall be used to evaluate offers: Evaluation Factors Quotes will be evaluated and a contract will be awarded to the offeror who offers the best value in accordance with the following evaluation factors for this requirement. 1. Past Performance 2. Price 3. Technical. A contract will be awarded to the offeror who offers the best value in accordance with the following evaluation factors for this requirement; Past Performance, Price, and Technical. Past Performance will carry a weight of 40% Price will carry a weight of 35% and Technical will carry a weight of 25%. The following rating will be used for Past Performance Rating Risk rating Description of risk rating Very Low Risk Very high quality past performance. Problems, if any, were negligible and were resolved in a timely and highly effective manner. Performance was generally current and very relevant to relevant. Excellent probability of success with overall very low degree of risk in meeting Governments requirements. Low Risk Good quality past performance. Minor problems may have been identified however; contractor took satisfactory corrective actions to resolve where appropriate. Performance was current and generally very relevant to relevant. Good probability of success with overall low degree of risk in meeting the Governments requirements. Average Risk Adequate quality of past performance. Problems may have been identified and the contractor usually took adequate corrective action. Performance was current and generally very relevant to semi-relevant. Although performance exceeds expectations and was rated excellent to very good the projects submitted were generally semi-relevant to the efforts required by this solicitation. Fair probability of success with an average degree of risk in meeting the Governments requirements. Above Average Risk Rather poor quality of past performance. Problems may have been identified and contractor occasionally took corrective action, but not always to the owners satisfaction. Performance was current and generally very relevant to semi-relevant. Fair probability of success with an overall above average risk in meeting the Governments requirements. High Risk Unacceptable quality of past performance. There were problems, some of a somewhat serious to serious nature. Contractors corrective action was sometimes marginally effective to ineffective. Performance was current and very relevant to semi-relevant. Probability of success is questionable with an unacceptably high degree of risk in meeting the Governments requirements. Neutral No current and/or relevant performance record is identifiable upon which to base a meaningful performance risk prediction. Government personnel were unable to identify any relevant Past Performance information for the offeror or key team members/subcontractors. This is neither a negative nor a positive assessment. The following adjectival ratings will be used for technical ratings: Adjectival rating Description of adjectival rating Very Good Proposal meets solicitation requirements, demonstrates a very good understanding of the requirements and has salient features that offer significant advantage to the Government. Very good in all respects. Advantages/strengths not offset by disadvantages/weaknesses. Very good probability of success with overall very low degree of risk in meeting Government requirements. Good Proposal meets most solicitation requirements and demonstrates a good understanding of the requirements but does not offer significant advantages to the Government over basic RFP requirements. Disadvantages/weaknesses are not significant, unless significant advantages are proposed that outweigh significant disadvantages. Where there were areas of concern, clarifications, given by contractor, were acceptable. Good probability of success with overall low degree of risk in meeting the Government requirements. Satisfactory Proposal meets some but not all the RFP requirements, but offers disadvantages (weaknesses) outweighing other advantages (strengths). Examples may include little or no experience cited; weak proposal; mimics RFP language rather than expressing offerors approach or understanding of the RFP. Probability of success considered less than full confidence. Marginal Proposal meets some but not all the RFP requirements. Examples: Proposal does not address all required RFP criteria; little or no experience to the extent that Overall quality cannot be determined because of errors, omissions or deficiencies that may be capable of being corrected without a major rewrite or revision of proposal. Probability of success is questionable without further explanation by offeror. Unsatisfactory Proposal demonstrates little to no understanding of the requirements; or approach fails to adequately meet acceptable performance expectations. Proposal contains major errors; omissions or deficiencies. The Government intends to evaluate proposals and make award(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesnt constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. The provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items and the offeror must include of this provision with their proposal. The clauses at FAR 52.212-4, Contract Terms and ConditionsCommercial Items; FAR 52.212-5Contract Terms and Conditions Required to Implement Statutes of Executive OrdersCommercial Items (Deviation). The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contract Registration database at www.ccr.gov and shall be considered for award. All responsible proposals will be considered. All proposals must be sent to Evelyn Rivera via fax, email, or US Postal Service: Fax 678-569-6208; e-mail evelyn.rivera5@ga.ngb.army.mil; or mail directly to 935 East Confederate Ave SE, Atlanta, GA 30316. Proposals will be received no later than 09/21/2009 0900 AM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-09-T-0004/listing.html)
 
Place of Performance
Address: Naval Air Station BLDG 53 Marietta GA
Zip Code: 30060
 
Record
SN01957830-W 20090918/090917001419-8cc1784d9f1500e7a7fe9fe1bf17b86b (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.