Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

89 -- This is a solicitation for catering service

Notice Date
9/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-09-Q-0011
 
Response Due
10/1/2009
 
Archive Date
11/30/2009
 
Point of Contact
Pablo Ravizzoli, 8605244875
 
E-Mail Address
USPFO for Connecticut
(pablo.ravizzoli@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subject 12.6, as a supplement with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be used. This solicitation is issued under Request for Quote (RFQ) number W91ZRS-09-Q-0011. All proposals shall reference the RFQ number and shall be submitted by 12:00 p.m. local time on 1 Oct 2009. The anticipated award date is 2 Oct 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36 dated 11 Aug 2005. This solicitation will be issued under 100% Small Business Set Aside. The North American Industry Classification system code (NAICS) 722320 size standard of $7.0 million. The USPFO for Connecticut intends to award a Firm-Fixed Price. The Connecticut Army National Guard (CTARNG) needs catered breakfast for six days in October 2009 and catered dinner for six days in October 2009. The contractor shall provide healthy, appetizing and nutritious meals onsite at Camp Reil Building 28 in Connecticut. See Menu Plan for Annual Training Day 1 thru Annual Training Day 7 (file name: menu for W91ZRS.09-Q-0011.pdf). Award will be based on the offerors responsibility and reasonableness of the price. This requirement is for the following line items: Line Item 0001: Provide catered breakfast options in accord with AT menu for 18 October 2009 thru 23 October 2009 to include delivery and set-up to building 28 no later than 0600 daily. Based on 538 + 439 + 439 + 439 + 439 + 439 = 6 days total 2733. Line Item 0002: Provide catered dinner options in accord with AT menu for 17 October 2009 thru 22 October 2009 to include delivery and set-up to building 28 no later than 1600 daily. Based on 538 + 538 + 439 + 439 + 439 + 439 = 6 days total 2832. Breakfast choices shall include fresh fruit juice, low fat chocolate and white milk, individual packaged dried cereal or individual packaged hot cereal, eggs, pancakes, breakfast meat, assorted breads, hash brown potatoes, biscuits with gravy, fresh or canned fruit, coffee, butter or margarine, syrup, jelly or jam, and condiments. Dinner shall include an entre which includes a tossed salad, two vegetables, accompanied by the appropriate side dishes or sauces, gravies, or salad dressings, low fat chocolate and white milk, iced tea and coffee, and condiments. Each meal shall be served with a choice of bread and butter or margarine, and dessert. Entrees shall vary in a manner not to repeat within a 3-day period. The following provisions and clauses will be incorporated into the solicitation by reference: 52.204-7, Central Contractor Registration, 52-212-1, Instructions to Offerors---Commercial Items, 52.212-4, Contract Terms and Conditions---Commercial Items, 52.222-50, Combating Trafficking in Persons, 52.233-3, Protest After Award, 52.333-4, Applicable Law for Breach of Contract Claim, 52.237-2, Protection of Government Buildings, Equipment and Vegetation 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, 252.232-7010, Levies on Contract Payments. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.219-6, Notice of Small Business Set Aside, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3 Alt 1 or a completed registration on the ORCA website. See paragraph 1 of 52.212-3 for instructions. The following additional clauses and provisions are added in full text. 52.252-2, Clauses Incorporated by Reference, use website http://farsite.hill.af.mil, 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7000, Buy American Act-Balance of Payments Program Certificate. Questions may be directed to the Contracting Administrator at 860-524-4870. Written quotes must be submitted to the USPFO for Connecticut, Purchasing and Contracting Division, ATTN: Leslie Fedler, 360 Broad Street Hartford, Connecticut 06105-3706; via fax (860)-524-4874. Not later than 12:00 p.m. on 01 Oct 2009. SUBPART 232.70 ELECTRONIC SUBMISSION AND PROCESSING OF PAYMENT REQUESTS 232.7002 Policy. (a) Contractors will submit payments in electronic form (b) DoD officials receiving payment requests in electronic form shall process the payment requests in electronic form. Any supporting documentation necessary for payment, such as receiving reports, contracts, contract modifications, also shall be processed in electronic form. Scanned documents are acceptable for processing supporting documentation. The National Guard Bureau is now required to comply with the directive to process all future disbursements through WAWF (Wide Area Work Flow). As a result, we request that your firm submit all future payments requests through WAWF. Contractors shall register in WAWF at https://wawf.eb.mil and ensure that there is a current and correct electronic business point of contact (POC) designated in the Central Contractor Registration site at http://www.ccr.gov..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-09-Q-0011/listing.html)
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
 
Record
SN01969332-W 20090926/090925001221-718bac113f9e52feadb28cbefa850f03 (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.