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
SOLICITATION NOTICE

89 -- Food Supply Delivery and Dietitian Service

Notice Date
2/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
BIA SWRO 000071001 INDIAN SCHOOL RD NWContracting OfficeBIA BUILDING 1AlbuquerqueNM87104US
 
ZIP Code
00000
 
Solicitation Number
A13PS00041
 
Response Due
3/4/2013
 
Archive Date
4/3/2013
 
Point of Contact
Darlene Dillon
 
E-Mail Address
Darlene.Dillon@BIA.gov
(Darlene.Dillon@bia.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Food Supply Delivery and Dietitian Services. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation for Food Supply Delivery and Dietitian Services is issued as a Request for Proposal (RFP). The North American Industry classification (NAICS) code is 722310. IMPORTANT NOTE: The Bureau of Indian Education (BIE) schools for this solicitation are located in rural and remote geographical areas. This acquisition is being solicited as a small business set-aside. All responsible small business sources may submit a proposal, which will be considered by the Government. Resultant contracts shall be awarded as a firm fixed price contract with a base period and four option periods. The proposal should include details identifying itemized direct cost elements, including dietitian services, indirect cost elements, (e.g. labor overhead, general and administrative expense, etc), and profit. The price should be inclusive of all applicable Federal, State, and Local taxes. The details should include sufficient descriptions to enable the Contracting Officer to evaluate the realism of the offerors proposal and price. Offerors are responsible for complying with FAR 52.222-41, Service Contract Act of 1965, and applying the appropriate Department of Labor prevailing wage rates for labor, if applicable. The offeror has public access to http://www.wdol.gov/ to locate the prevailing wage determination for the area of work. FAR 52.212-5, Contract Terms and Conditions--Commercial Items applies to this acquisition. Proposals shall include Itemized Pricing to foods and quantities FOB Destination and the (Overall) Total Summary Cost located in Section B (attached), which incorporates Dietitian Services. Please include your TAX ID Number, CAGE Number (obtain at www.sam.gov), and DUNS Number when submitting your quote. To be considered for award, the offeror is required to be currently registered in the System for Award Management (SAM). SECTION L -- INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS/OFFERORS L.152.252-01SOLICITATION PROVISIONS INCORPORATED BY REFERENCEFEBRUARY 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far ClauseTitleDate 52.204-6Data Universal Numbering System (DUNS) NumberDec 2012 1452.210-70Brand Name or Equal-Department of the InteriorJuly 1996 L.2PROPOSAL PREPARATION INSTRUCTIONS SECTION L. PROPOSAL PREPARATION INSTRUCTIONS 1.Proposals shall include company TAX ID Number, CAGE Number (obtain at www.sam.gov), and DUNS Number. Proposals shall be in accordance with the SOW located in Section C of the solicitation (SF-1449) and Evaluation Factors cited in Section M of this solicitation (SF-1449). 2. Offerors shall submit questions related to the RFP via email to Darlene.Dillon@bia.gov no later than 2:00 PM Mountain Standard Time, February 20, 2013. 3. The proposal due date is March 4, 2013 at 2:00 PM Mountain StandardTime. The proposal should be packaged for delivery so as to permit safe and timely arrival at destination. The proposal package should be sent or hand delivered to the following address: BIA, Albuquerque Acquisition Office, Attention: Darlene Dillon, Contracting Officer, 1001 Indian School Road NW, Suite 347, Albuquerque, NM 87104. 4. Notwithstanding FAR clause 52.212-1, the proposal acceptance period is 90 days after the date set for receipt of proposals. The Offeror shall make a clear statement in the proposal cover page that the proposal is valid until this period has ended. 5. The Government is not obligated to pay any costs incurred by an offeror in the preparation and submission of a proposal in response to this RFP. 6. Fax proposals will NOT be accepted. Email proposals will be accepted. Email: Darlene.Dillon@bia.gov. Email submissions shall be limited to attachments compatible with Microsoft Office Word 2007 and/or files with a.pfd file extension. Email submissions shall not exceed 3MB total in size. Proposals submitted by Federal Express or Express Mail should be sent two or more days prior to the closing date. The proposal package should be sent to the address shown in the above paragraph. Proposals submitted by electronic commerce through the Government's Point of Entry (FedBizOpps) will be accepted. The Offeror is solely responsible for ensuring its proposal arrives in a timely manner. An offeror that fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f). 7. Contents of Proposals. The contractor shall submit a written proposal to include the following: Proposal Cover Letter is limited to 1 page. Factor 1: Technical Capability - Technical Approach is limited to 7 pages. Factor 2: Knowledge and Experience - - Key Personnel Resume(s) are limited to 3 pages for each person. Knowledge and Experience is limited to 5 pages. Factor 3: Past Performance - Past Performance is limited to 5 pages. Listing of reference is limited to 3 pages. Price: Complete the Standard Form 1449 and the Itemized Pricing and Total Cost Summary in Section B. 8. Representation and Certifications is required to be completed, FAR. 52.212-3 L.352.216-01TYPE OF CONTRACTAPRIL 1984 The Government contemplates award of a Firm Fixed-Price contract resulting from this solicitation. L.452.252-03ALTERATIONS IN SOLICITATIONAPRIL 1984 Portions of this solicitation are altered as follows: NONE L.552.252-05AUTHORIZED DEVIATIONS IN PROVISIONSAPRIL 1984 (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of the Interior Acquisition Regulations (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. SECTION M: EVALUATION FACTORS FOR AWARD M.1PART AEVALUATION OF PROPOSALS 1.The source selection will be conducted in accordance with FAR Sub-Part 15.3 with the intention to award a single, fixed-price contract with a base period and four option periods. 2.The evaluation of factors other than cost or price, when combined, is significantly more important than cost or price. 3.Evaluation Scoring: The Government will evaluate all offerors according to the following point system. 70 Points - Outstanding: The response is comprehensive, in-depth, and clear. The proposal consistently meets the solicitation requirements without omissions. Consistently high quality performance can be expected. 50 Points - Excellent: Extensive, detailed response to all requirements, similar to outstanding in quality, but with minor areas of unevenness or spottiness. High quality performance is likely, but not assured due to minor omissions or areas where less than excellent performance might be expected. 30 Points - Satisfactory: The response generally meets requirements, but there is no expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without minor revision to the proposal. 10 Points - Poor: The response fails to meet one or more requirements. Deficiencies exist in significant areas, but can be corrected during negotiations without major revision to the proposal, or serious deficiencies exist in areas with minor impact. 0 Points - Unsatisfactory: Serious deficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document without specifying how or demonstrating the capability to do so. Only vague indications of the required capability are present. M.2PART BEVALUATION CRITERIA FACTOR 1: TECHNICAL CAPABILITY AND APPROACH The Technical Capability and Approach shall be in as much detail as the offeror considers necessary, to fully explain the technical approach. (2) The technical approach should reflect a clear understanding of the nature of the work to be performed successfully as required by the Statement of Work (SOW), and an understanding of the Bureau of Indian Education's food services requirements. The technical approach should include, but is not be limited to the following: (a) Description of the processes the offeror routinely uses to provide food services; (b) menu preparation and development; (c) training in the areas of food preparation and food services; (d) warehousing; (e) inventorying and recordkeeping to meet U.S.D.A requirements; (f) dietitian services; and (g) methodology of quality control. FACTOR 2: Knowledge and Experience The offeror shall demonstrate knowledge and experience by submitting resume(s) for key personnel, Registered Dietitian. Key personnel is defined as the individuals the offeror views as essential to successfully performing the contract requirements. FACTOR 3: PAST PERFORMANCE. The Past Performance narrative shall be in as much detail as the offeror considers necessary to fully explain the offeror's past performance. The offeror's past performance must be recent, having been performed in the last three (3) years. The offeror must describe how its past performance is on a scale similar in size to this requirement. The strength of the offeror's response will be based on the implementation of food services food services; menu preparation and development; training in the areas of food preparation; warehousing; inventorying and recordkeeping; and dietitian services. The Offeror is to provide the contract number, contract value, phone/fax number, and e-mail addresses on past food service(s) awards. Specifically, the offeror shall demonstrate its knowledge of providing food delivery and dietitian services. M.3PART CBASIS OF AWARD The Government will evaluate each offeror's price for fairness and reasonableness. The Government expects adequate price competition to establish fair and reasonable pricing. The detail should include sufficient descriptions to enable the Contracting Officer to determine the reasonableness of the price submitted. Unrealistically high (or low) pricing in the initial or revised proposal may give cause to eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or has made an unrealistic proposal. The Government will review (1) proposed prices to determine whether they are materially balanced; and (2) any unbalanced offer to assess the associated risks to the Government in awarding to such an offeror, and whether award will result in unreasonably high or low price for contract performance. An offer may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the Government. The Government will determine each offeror's total evaluated price by summing the base year and all option periods in accordance with FAR 52.212-2 Evaluation-Commercial Items. Price proposals shall include cost buildup details to identify: 1.Direct cost elements, (e.g. labor, materials, travel, subcontracts, etc); 2.Indirect cost elements, (e.g. labor overhead, general and administrative expense, etc), and profit. 3.Inclusive of any Federal, State, and Local taxes, in accordance with FAR 52.212-4 (k) Taxes, FAR 52.229-01, FAR 52.229-04 and FAR 52.229-10. Offerors are responsible for complying with the FAR 52.222-41, Service Contract Act of 1965, and applying the appropriate Department of Labor prevailing wage rates for labor, if applicable. The offeror has public access at http://www.dol.gov/ to locate the prevailing wage rates for their area. The Government reserves the right to make award based on initial offers and without discussions. All requirements must be addressed in the proposal. Omissions of response may be considered non-responsive and may not be evaluated. If exchanges are necessary, the Government will conduct exchanges consistent with FAR 15.306, Exchanges with offerors after receipt of proposals. Offerors must be registered in the System for Award Management (SAM) to be considered for award of a contract or purchase order from the Federal Government, pursuant to FAR 52.204-7, Central Contractor Registration (Apr 2008).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A13PS00041/listing.html)
 
Record
SN02987397-W 20130215/130213234918-ec479de6048b6b409d953a38a407c48a (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.