Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

99 -- Catered Meals 1-20 November 2010

Notice Date
9/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81GR102280329
 
Response Due
10/12/2010
 
Archive Date
12/11/2010
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@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 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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation is W81GR102280329 being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This will be issued as 100% Small Business Set-Aside, the North American Industry Classifications System Code (NAICS) is 722320, size standard is $6.5M. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase the following services: 1.Catered breakfast, lunch, and dinner meals for 1-20 November 2010 a.Breakfast - Qty 1620/each. Consisting of all hot meals served at 8:00 am to 900 am. Exact quantity per day will be noted in contract. b.Lunch Qty 1440/each. Will be boxed/sack lunches and will be delivered with breakfast. Exact quantity per day will be noted in contract. c.Dinner Qty. 1440/each. Will consist of all hot meals served at 5:30 pm to 6:30 pm. Exact quantity per day will be noted in contract. d.Beverages provided must be bottled water, electrolyte drinks, milk, or juice. No sodas permitted. e.Delivery locations varies (see attached for details). f.Combined caloric intake per day will be 3500-4000 per person. g.Requires a good combination of carbohydrates and proteins. Per Army Regulation, AR 30-22, 3-41. (a) Catered meals is defined as a meal prepared in a commercial establishment for consumption there or delivered to a specific location for consumption or, prepared at the consumption site using caterers portable equipment and subsistence supplies. There is no authority for a caterer to use Government furnished equipment to prepare subsistence. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-7 - Central Contractor Registration (2) FAR 52.212-1 - Instructions to Offerors--Commercial Items (3) FAR 52.212-2 - Evaluation--Commercial Items (4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-3 - Convict Labor (b) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (c) FAR 52.222-21 - Prohibition of Segregated Facilities (d) FAR 52.222-26 - Equal Opportunity (e) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (f) FAR 52.222-50 - Combating Trafficking in Persons (g) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (h) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (i) FAR 52.232-36 Payment by Third Party (j) FAR 52.233-3 - Protest After Award (k) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (7) FAR 52.252-2 - Clauses Incorporated by Reference (8) DFARS.252.203-7000 Requirements relating to Compensation of Former DoD Officials (9) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (10) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (11) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government Of a Terrorist Country (12) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 - Electronic Submission of Payment Requests (13) DFARS 252.232-7010 Levies on Contract Payments (14) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III (15) FAR 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. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality service and facility that meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. NLT 8:00 am MST 12 October 2010. Quotes may be mailed to: USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Quotes must meet the following criteria: 1.Unit costs per breakfast, lunch, and dinner. 2.Proposed menus must be submitted with quote. 3. Include quotation number, offerors name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN on cover sheet submitted with bid sheet. Failure to provide this information with your offer may cause your offer to be considered non-responsive. Please direct questions to Jennifer Shaw at jennifer.shaw5@us.army.mil or Sherri Shepherd at sherri.shepherd@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W81GR102280329/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020
 
Record
SN02302566-W 20101002/100930235126-f50985e6ef9a019628440a77930aedfc (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.