Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOURCES SOUGHT

S -- Full Food Services - Market Survey Questionnaire

Notice Date
2/11/2011
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
2011-001SKM
 
Archive Date
3/19/2011
 
Point of Contact
Susan K. McMahen,
 
E-Mail Address
susan.mcmahen@dhs.gov
(susan.mcmahen@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Market Survey Questionnaire-Full Food Services ATC SOURCES SOUGHT FOR FULL FOOD SERVICE OPERATIONS AT THE U.S. CUSTOMS AND BORDER PROTECTION ADVANCED TRAINING CENTER, 440 KOONCE ROAD, HARPERS FERRY, WEST VIRGINIA, Reference Number 2011-001SKM 1. This is a Sources Sought notice seeking qualified full food service contractors interested in submitting competitive cost and technical proposals for providing full food cafeteria service at the U.S. Customs and Border Protection (CBP) Advanced Training Center (ATC) in Harpers Ferry, West Virginia. The information derived from this request and market research questionnaire will be used to develop the acquisition strategy and assist in acquisition planning for the procurement. This requirement is being coordinated with the West Virginia State Licensing Agency to ensure compliance with the Randolph-Sheppard Act. This Sources Sought does not constitute a solicitation and is not to be construed as a commitment by the Government. 2. CBP is seeking responsible sources with current, relevant qualifications, capability, demonstrated experience, and personnel to provide full food cafeteria service under a Firm Fixed Price Performance Based Contract. The applicable North American Industry Classification System (NAICS) Code is 722310, Food Service Contractors. The applicable size standard is $35.5 million. The Product Service Code is S-Utilities and Housekeeping Services, Sub-Category S203-Food Service. 3. The requirement is to provide full food cafeteria service in a new 25,900 square foot dining hall at the ATC. The contractor shall provide all food and beverage items, qualified and trained management, supervision, and personnel necessary to perform all food service requirements. All contractor personnel working directly under this contract as well as subcontractors will be required to successfully pass a full-field background investigation. The requirements include but are not limited to: • Provide all food and beverage items • Prepare, cook, serve and replenish food • Establish menu items and pricing • Clean all serving ware (dishes, glasses, silverware, etc.) serving utensils (spatulas, ladles, etc.), equipment and facilities • Clear and bus tables • Provide custodial/janitorial services for the dining hall • Perform cashier services • Ensure operator maintenance and repair of food service equipment, appliances and furniture • Decorate facilities • Maintain quality control • Perform all required tasks including cooking and serving to ensure uninterrupted service during a Contingency of Operations (COOP) event • Provide records management and reporting requirements 4. Minimum services required for the dining hall are breakfast, lunch and dinner, five (5) days per week. A daily guest count may range from 300 to 500 guests however attendance will vary with the seasons. The heaviest attendance is anticipated during the fall, winter and early spring. The length of individual training courses range from one to six weeks in duration. The ATC conducts training for 49 weeks per year, excluding the one-week period over the Thanksgiving holiday and the two-week period between the Christmas and New Year holidays. During these two excluded periods a reduction in service is anticipated, such as lunch service only. The Monday through Friday hours of operation are estimated below: Breakfast 6:00am to 9:00am (6:30am to 8:30am - Hot food must be available) Lunch 11:30am to 1:30pm (11:30am to 1:00pm - Hot food must be available) Dinner 5:00pm to 7:30pm (Hot food available for the entire period) Lounge Area TBD pm to TBD pm (Light Hot/Cold Snacks Available) 5. The government will provide a new dining facility with new equipment. The contractor will be expected to provide and maintain as a minimum, the following items: All mobile storage shelving Soda fountains Iced tea brewers/dispensers Tray shelves and caddies/carts Dish and silverware caddies/carts Food preparation equipment, i.e. pots, pans, cooking utensils, etc. Serving equipment (spoons, spatulas, ladles) Tableware (restaurant grade stoneware - plates, cups, saucers) Silverware (stainless flatware - knives, forks, spoons) Glasses (glass drinking glasses) Table linens and napkins Dish drying towels Dish washing towels Brooms and mops Vacuum cleaners Mop buckets Carpet shampooer and extractor Floor buffer/polisher Small kitchen appliances 6. The government contemplates awarding a Firm-Fixed Price Performance Based Contract for one base year and seven option years. • Issue solicitation: To Be Determined (TBD) • Conduct Pre-Proposal Conference/Site Visit: TBD • Close solicitation: TBD • Award contract: TBD • Transition starts: Est. November/December 2011 • Contract performance starts: Est. January/February 2012 7. This Sources Sought notice is not a request for proposal or invitation for bid and no contract will be awarded as a result of the information provided. The information is being requested on a voluntary basis and as such, the government will not reimburse any respondents for any information that is submitted. To minimize administrative costs, it is recommended that interested parties provide information they currently have, tailored to the specific requirements described in the market research questionnaire. 8. To ensure the procurement integrity of any possible procurement resulting from this sought notice, the names and contact information of personnel in the CBP Program Office will not be released. Moreover, requests for appointments to make presentations will not be granted. 9. Interested sources are invited to respond to this sources sought notice by using the market research questionnaire, provided under separate file to this notice. Information received will be used to develop the acquisition strategy for competing the requirement. All data marked or designated as corporate or proprietary information will be fully protected from unauthorized disclosure outside of the government. 10. Please respond to this Sources Sought notice by submitting the completed market research questionnaire on or before 5:00 pm local time, March 4, 2011 to the attention of Ms. Susan McMahen, U.S. Customs and Border Protection, Procurement Directorate, 6650 Telecom Drive, Suite 100, Indianapolis, IN 46278. Alternatively, you may submit the questionnaire via e-mail to Ms. Susan McMahen at susan.mcmahen@dhs.gov. Telephone calls will not be accepted. Your responses to this notice are appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/2011-001SKM/listing.html)
 
Place of Performance
Address: U.S. Customs and Border Protection, Advanced Training Center, 440 Koonce Road, Harpers Ferry, West Virginia, 25425, United States
Zip Code: 25425
 
Record
SN02378982-W 20110213/110211234723-4a45d9024df82f503d9b71ca64f00ae0 (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.