Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

89 -- CATERING SERVICES - Package #1

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ12T0005
 
Archive Date
2/10/2012
 
Point of Contact
Smith, Phone: 202-60-3232, Leroy Dawson, Phone: 202/606-7551
 
E-Mail Address
TSmith.guest@cns.gov, ljdawson@cns.gov
(TSmith.guest@cns.gov, ljdawson@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK This is a combined synopsis/request issued under solicitation number CNSHQ12T0005 for proposals for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. The government anticipates award of a five-year Blanket Purchase Agreement (BPA). This solicitation will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 05-55 dated 01/03/2012. This procurement is unrestricted and the applicable North American Industry Classification (NAICS) code is 722320, Catering services. The Corporation of National and Community Service (CNCS) have a requirement for Catering Services at the AmeriCorps NCCC Southern Region's Campus in Vicksburg, MS. CNCS anticipates award of a Firm Fixed Price (FFP) BPA as a result of this Request for Quote (RFQ). The Government reserves the right to make multiple awards. The company MUST be within a 60-mile radius of the place of performance, located in Vicksburg, MS This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 dated 8/2/2010, effective 10/12/2011. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.acquisition.gov/far/. Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION Quotation submittal and all other required documents must be submitted in accordance with this RFQ. Failure to submit the aforementioned information correctly shall make your offer non-responsive, and it shall not receive consideration for award. Please provide a complete price quote and attach a copy of your CAGE Code, DUNS Number, Tax Identification Number, discount terms, and expiration date to your quote. A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Company's Technical Qualifications (All below items must be in relation to the attached Statement of Work) a. Company's Overall Technical Capabilities b. Company must be within a 60-mile radius of the Place of Performance (Vinton, IA). c. Provide sample menu The above criteria will be utilized to determine technical acceptability. Section 2: Pricing Quotation Offerors shall submit pricing for the items specified within the combined synopsis in the following format: BASE YEAR Cost per Member Unit of Issue 01 Breakfast _______ EA 02 Lunch _______ EA 03 Dinner _______ EA 04 Unexpected Meals- Breakfast _______ EA 05 Unexpected Meals- Lunch _______ EA 06 Unexpected Meals- Dinner _______ EA OPTION YEAR ONE Cost per Member Unit of Issue 01 Breakfast _______ EA 02 Lunch _______ EA 03 Dinner _______ EA 04 Unexpected Meals- Breakfast _______ EA 05 Unexpected Meals- Lunch _______ EA 06 Unexpected Meals- Dinner _______ EA OPTION YEAR TWO Cost per Member Unit of Issue 01 Breakfast _______ EA 02 Lunch _______ EA 03 Dinner _______ EA 04 Unexpected Meals- Breakfast _______ EA 05 Unexpected Meals- Lunch _______ EA 06 Unexpected Meals- Dinner _______ EA OPTION YEAR THREE Cost per Member Unit of Issue 01 Breakfast _______ EA 02 Lunch _______ EA 03 Dinner _______ EA 04 Unexpected Meals- Breakfast _______ EA 05 Unexpected Meals- Lunch _______ EA 06 Unexpected Meals- Dinner _______ EA OPTION YEAR FOUR Cost per Member Unit of Issue 01 Breakfast _______ EA 02 Lunch _______ EA 03 Dinner _______ EA 04 Unexpected Meals- Breakfast _______ EA 05 Unexpected Meals- Lunch _______ EA 06 Unexpected Meals- Dinner _______ EA **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. Additional Information: **Contractor shall submit invoices on a monthly basis. Payment will be made monthly in arrears. SUPPLIES OR SERVICES TO BE PROVIDED This is a Firm Fixed Price (FFP) type Blanket Purchase Agreement that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via the Lowest Price Technically Acceptable (LPTA). BPA Single Call Limit: $25,000 BPA Ceiling: $300,000 PERIOD OF PERFORMANCE The period of performance for this Blanket Purchase Agreement is five (5) years. The duration will commence at contract award continuing for five years. Pricing shall remain in effect for the duration of the BPA. QUESTIONS PERTAINING TO SOLICITATION (1) Questions shall be addressed to the Contract Specialist only, at the following email address: Tucker Smith - tsmith.guest@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include in the subject line "Catering Services". Once questions are compiled, they will be answered and posted on www.fedbizopps.gov. (2) The question period will end Friday January 20, 2012 at 3:00PM Eastern Time. Questions submitted after this date and time will not be answered. OFFEROR SUBMISSIONS : OFFERS MUST BE SUBMITTED ELECTRONICALLY or Via U.S. Postal Service, Over Night Carrier (Address 1201 New York Ave, Rm 8410, Washington DC 20525 or Fax (202-606-3488). Place the RFP number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: Tsmith.guest@cns.gov - Tucker Smith, Contract Specialist and ljdawson@cns.gov - Leroy Dawson, Contracting Officer **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Wednesday January 2 6, 2012 at 4:00pm Eastern Time. ** PAGE RESTRICTIONS Here are the following page restrictions by sections: Section 1- Company's Technical Qualifications shall not exceed ten (10) pages. Section 2- Pricing Proposal shall not exceed five (5) pages. Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Charts, Graphs, glossary of terms, exhibits, drawings, pictures, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items) in its entirety, and submit with offer. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far. FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.232-34 Payments by Electronic Funds Transfer-Other than Central Contractor Registration. **Offerors that submit quotation without the quotation cover page and ORCA/FAR 52.212-3 will be deemed non-responsive and may not receive consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ12T0005/listing.html)
 
Place of Performance
Address: All Saints Episcopal School facilities, 2715 Confederate Ave, Vicksburg, Mississippi, 39180, United States
Zip Code: 39180
 
Record
SN02656532-W 20120120/120118234810-7043e97b749a838ffd9e85d76b0edbea (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.