Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
MODIFICATION

S -- Mess Attendant at two dining facilities with the Rhode Island Air National Guard in North Kingstown and North Smithfield, RI.

Notice Date
2/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
143 AW/MSC, RIANG Base Supply Building, 5 Minuteman Way, North Kingstown, RI 02852-7547
 
ZIP Code
02852-7547
 
Solicitation Number
W912LD-11-T-0044
 
Response Due
3/4/2011
 
Archive Date
5/3/2011
 
Point of Contact
Christopher Hunsberger, 401-275-4273
 
E-Mail Address
143 AW/MSC
(christopher.l.hunsberger@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; quotes are being requested and a written solicitation will not be issued. This requirement is being issued as a Combined Synopsis/Solicitation, number W912LD-11-T-0044. An award will not be issued until funds are made available to the contracting officer. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The Rhode Island Air National Guard has a requirement for Dining Facility Operations at two dining facilities, at two separate locations. These facilities are dedicated to providing a full luncheon meal service and meeting the nutritional needs of Department of Defense personnel. The RI Air National Guard dining facilities typically operate two (2) days each month (Saturday and Sunday) during normal operations. There will be times, however, that more or less than two days are required. For example, the dining facility is usually operational two weekends (4 days) in June and not operational during the month of July. The contractor shall, except as specified in the Statement of Work (SOW) as government furnished property or services, provide all personnel, supervision, and any items and services necessary to perform dining facility attendant services at locations specified in the SOW. The contractor shall perform the requirements in this Solicitation and conform to the professional standards identified in this contract. Contractor tasks include, but are not limited to, the following: cleaning facilities, equipment, furniture and utensils in dining areas, handling equipment and maintaining quality control. The Period of Performance for this proposed contract is 1 April 2011 to 31 March 2012 with two (2) Option Years. Contractor must provide pricing inclusive of both option years. The solicitation issue date is 8 February 2011, with a site visit to take place on Friday, February 18, 2011 at 9:00AM ET. All interested parties are encouraged to attend. The closing date is 4 March 2011 NLT 12:00 PM ET. A single firm-fixed price contract is contemplated and is 100% Set-Aside for Small Business. The North American Industry Classification System Code is 561720 and the Size Standard for Small Business is $16.5 million average annual gross revenue of the concern for the last three years. The current DOL Wage Determination Number for the North Kingstown, RI location is: 2005-2467, Revision No. 10, dated 10/28/2010. The current DOL Wage Determination Number for the North Smithfield, RI location is: 2005-2254, Revision No. 13, dated 09/03/10. Evaluation Criteria to obtain Best Value to the Government will be Price and Past Performance, with both being approximately equal in weight. With regard to Past Performance, contractors must provide no less than two references as part of their quote, to include name, address, and telephone number. Pertinent RFQ documents are located at the following website: http://www.ripfo.ngb.army.mil/eb/advertisedsolicitations.asp. All amendments to this RFQ and/or supporting documents will be posted on this web site as well. All interested parties are encouraged to visit this website often for all updates associated with this solicitation. All Request for Information (RFI) must be emailed to the POC(s) at the below email addresses and must be submitted NLT 5 days prior to the Closing Date. The Government reserves the right to accept RFI(s) after the Closing Date for clarification purposes. All contractors interested in this project must register at the above stated website. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 and through Department of Defense Acquisition Regulation Change Notice 20110120. The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identification of Contractor Personnel; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 ALT I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of Vietnam Era; FAR 52.222-41 Service Contract Act of 1965; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; FAR 52.232-23 Assignment of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Contract Provisions Incorporated by Reference; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7000 Requirements Related to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Required Central Contractor Registrations; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website http://orca.bpn.gov/; if Representations and Certifications have been completed on Orca, provide DUNS code. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm. Points of Contact for this proposed project are TSgt Christopher Hunsberger, 401-275-4273, christopher.l.hunsberger@us.army.mil and 2LT Timothy J. Caron 401-275-4282, timothy.caron@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37-1/W912LD-11-T-0044/listing.html)
 
Place of Performance
Address: 143 AW/MSC RIANG Base Supply Building, 5 Minuteman Way North Kingstown RI
Zip Code: 02852-7547
 
Record
SN02376103-W 20110211/110209234127-dd93514ae2ec8b8f9cff13f6ad8983e5 (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.