Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
SOURCES SOUGHT

73 -- Sources Sought Notice for Catering Services for the 75th Training Command mission.

Notice Date
2/13/2013
 
Notice Type
Sources Sought
 
NAICS
722320 — Caterers
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124JCATERINGSS
 
Response Due
2/26/2013
 
Archive Date
4/14/2013
 
Point of Contact
rumi.shimooka, 210-466-2208
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(rumi.shimooka@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses; 8(a) certified small businesses; veteran-owned small businesses; woman-owned small businesses; economically disadvantaged women-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This notice is to identify private sector capability to provide catering services to feed 400 and 750 personnel per day during a minimum six (6) to maximum ten (10) day period upon short notification at several different locations in the Houston area in Texas during the 75th Training Command mission. The locations including one in College station, Texas and each location will operate simultaneously. The majority of the meals will be box lunches; however, one location will have breakfast, lunch, dinner, and a midnight meal. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice and the draft Performance Work Statement (PWS) to familiarize themselves with the requirements of this project; failure to do so will be at your firm's own risk. BACKGROUND: The 75th Training Command has requirements to provide catering services to fulfill their mission requirements. The Government's intent is to issue Indefinite-Quantity Indefinite-Delivery (IDIQ) type of contract to meet all of the catering services for this mission. This contract shall be a non-personnel services contract to provide catering services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor, who in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to provide catering services as described in the attached draft PWS. PURPOSE AND OBJECTIVES: The purpose of this notice is to identify qualified sources, including small business concerns, HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses, veteran-owned small businesses; woman-owned small businesses; economically disadvantaged women-owned small businesses; or small disadvantaged businesses that are interested in and capable of performing the work described herein. The Government does not intent to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this notice, the Government may issue a Request for Quote (RFQ). There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this notice or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. PROJECT REQUIREMENTS: (Refer to the Attached draft PWS.) Period of Performance: The period of performance to exercise the work specified in the attached draft PWS shall be for at least six (6), but no more than ten (10) days following Contractor notification. The contract type is anticipated to be Indefinite Delivery Indefinite Quantity (IDIQ), with the contractual period of performance for a five (5) year period. The Government may conduct practice exercises on an annual basis requiring the Contractor to maintain its readiness to fulfill the contract. NAICS Code and Size Standard: In the event an RFQ is issued, NAICS code 722320 with a size standard of 7.0 million dollars is being considered. SUBMITTAL REQUIREMENTS: Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft Performance Work Statement (PWS). Tailored Capability Statements for this requirement shall address the following areas: 1. Demonstrate the ability to meet all the requirements specified in the PWS. Specifically, address the following: (a) Specific delivery date is unknown, however, once notified to proceed, demonstrate capability to respond in the respected time frame with very short notice; (b) Capability to provide required catering services to feed between 400 and 750 personnel per day during 6 to 10 days; (c) Capability to deliver and provide required services simultaneously at 3 to 4 different locations in the Houston area in Texas; and (d) Capability to comply with the Government conducted practice exercises on annual basis requiring the Contractor to maintain its readiness to fulfill the contract. Other Required Information: All responses must include the following information: 1.Name of Company; Company Address; Point of Contact (POC), with Name, Phone Number, Email Address, NAICS Code, DUNS Number, CAGE Code, and Socio-Economic Size Status (Large/Small Business). 2.Security Requirements: Refer to the attached draft PWS, para 1.6.7. All vendors will need a favorably National Security Check (NSC). The detailed NSC requirements will be added to the final PWS when they are available and updated as needed. 3.If small business sources are available, company's ability to perform at least 51% of the work. (IAW 52.219-14 Limitations on Subcontracting) Information Submission Instructions: All capability statements package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the requirements as listed above sent in response to this Sources Sought Notice must be submitted electronically (via e-mail) to Rumiko Shimooka, Contract Specialist at rumiko.shimooka.civ@mail.mil, or Renee S. Burek, Contracting Officer at renee.s.burek.civ@maillmil, in MS Word or Adobe Portable Document Format (pdf). The email subject line must specify W9124JCATERINGSS. Facsimile responses will not be accepted. Cut-off Date: Electronically submitted tailored capability statements are due no later than 2:00 PM (Central Time) on 26 February, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10a9e253e6ef5cb84accd2e80e9facea)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, 2205 Infantry Post Road, Bldg. 603 Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN02987314-W 20130215/130213234833-10a9e253e6ef5cb84accd2e80e9facea (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.