Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOURCES SOUGHT

M -- Full Food Services

Notice Date
6/4/2010
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
01102011
 
Archive Date
6/28/2010
 
Point of Contact
Audra L. Novatnak, Phone: 2106714744
 
E-Mail Address
audra.novatnak@us.af.mil
(audra.novatnak@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. This is not a request for proposal. The 802d Contracting Squadron (802 CONS), Lackland Air Force Base (AFB), TX, is seeking to locate companies capable of and interested in providing full food services. The anticipated contract type will be a firm fixed-price, requirements contract. Scope of Work. The contractor will be responsible for providing all personnel, supervision, equipment, and any items and services necessary to perform full food services at Lackland AFB at 15 dining facilities, 1 flight kitchen, and 2 warehouses. The estimated monthly meals served will be 710,000 and the estimated annual meals served will be 18.5 million. Contractor tasks include, but are not limited to, dining facility management; cooking; food requisition and preparation; serving and replenishing food; cleaning facilities inside and outside; property control; maintenance of food service and computer property (hardware maintenance); preparing vegetables and fruits for the salad bar; bussing tables in dining areas; performing cashier services; handling foods, supplies, and property; maintaining quality control; ensuring operator maintenance and minor/major repair of food service property; and in the event of contingency, perform all required tasks to include continued service. The contractor shall submit reports and documentation, as required. Two dining facilities are located on Camp Bullis, approximately 30 miles Northwest of Lackland AFB. Meals will be provided in the field for students as directed. There is a requirement to provide meals in the field training area for basic trainees and staff. All facilities are dedicated to providing full meal service with carryout and meeting the nutritional needs of Department of Defense personnel and foreign students. The applicable NAICS code is 722310, Cafeteria Food Services Contractors. The Small Business Size Standard is $20,500,000.00. The contract period is expected to be a base one-year period with four (4) one-year option periods. The Government reserves the right not to exercise the option year periods. The start date of the contract will be 1 Oct 2011. Requested Information. The information which must be contained in your response to this sources sought is as follows: 1) Name and address of company 2) Point of contact with phone number and email address 3) Business size and socio-economic program (HUBZone, 8(a), SDVOSB, etc) 4) Evidence of registration in CCR and provide CAGE Code or DUNs Number (www.ccr.gov) 5) Evidence of representations and certifications on record through ORCA at www.orca.bpn.gov 6) List no more than three contracts awarded to your company that were completed in the last five years similar in size, scope and complexity and provide a brief description of each contract (no more than one paragraph) to include contract value. If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per contract why it should be considered relevant Respondents will not be notified of the results of the information; however, the contracting officer will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine the applicable set-aside strategy based on responses from small business indicating an interest in proposing on this work if it is set-aside. In accordance with the Randolph-Sheppard Act of 1974, a technically acceptable offer from a qualified state licensing agency (SLA) will receive preference in accordance with the Joint Report to Congress, dated August 29, 2006, issued jointly by the Department of Defense, the Department of Education, and the Committee for Purchase From People Who Are Blind or Severely Disabled in response to section 848 of the National Defense Authorization Act of Fiscal Year 2006, Pub. L. No. 109-163, which instructed the three entities to issue a joint statement of policy concerning application of the Randolph-Sheppard Act and the Javits-Wagner-O'Day Act to contracts for the operation and management of military dining facilities. Your response to this sources sought announcement must be received by 5:00 pm Central Time on 13 Jun 2010 and must be received via e-mail. Please ensure all attachments are limited to less than 5 MB and email your response to audra.novatnak@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/01102011/listing.html)
 
Place of Performance
Address: Lackland Air Force Base and Camp Bullis, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02168952-W 20100606/100604235007-de0b8f55724e6a08764147016f70af91 (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.