Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

99 -- Cafeteria Services for B.H. Whipple Building - Solicitation 1

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, MN/WI Contracting Team (5P2PQDB), Please consult the notice or Solicitation documents for address information, United States
 
ZIP Code
00000
 
Solicitation Number
GS-05-P-13-SA-C-0022
 
Response Due
7/9/2013 4:00:00 PM
 
Archive Date
6/30/2014
 
Point of Contact
Della Ljungkull, Phone: 612-725-3288
 
E-Mail Address
della.ljungkull@gsa.gov
(della.ljungkull@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Cafeteria Services are required for the recently renovated B.H. Whipple Building, located at 1 Federal Drive, Fort Snelling, MN 55111. The cafeteria will be operated for the benefit of approximately 1000 employees at time of award and approximately 1350 employees at the time the B.H. Whipple Building located at 1 Federal Drive, Fort Snelling, MN 55111 is fully occupied in June 2014. The Contractor shall establish and operate in the Contractor's name; the food service facility for the purpose of dispensing food, nonalcoholic beverages and such other items as may be authorized by the Contracting Officer, in accordance with all terms and conditions specified. The cafeteria consists of approximately 8,300 square feet of space on the ground floor of the main building. The breakdown of space is as follows: Kitchen: 4,000 square feet, Serving Area: 2,600 square feet and Dining Area: 6,400 square feet. Cafeteria services will be provided five (5) days per week, from 6:30 a.m. to 3:30 pm Monday through Friday (except holidays observed by the Federal Government). This procurement will be conducted pursuant to the Best Value tradeoff concept as identified in FAR Part 15.101-1 and FAR Part 15.3. The Government shall award a contract to the offeror whose proposal conforms to the RFP requirements and is considered to be most advantageous to the government. Competitive proposals shall be evaluated and assessed based on the factors specified in this solicitation. The Government team has tailored the evaluation factors for this procurement. Technical proposals will be evaluated on the following factors; Past Performance, Menu Cycle and Variety, Menu Portion and Price Exhibit, Staffing Patterns and Schedules, Resources, Sanitation, Budget (pro forma), and Preventive Maintenance. As required by the Randolph-Sheppard Act, GSA gives the opportunity to blind vendors to operate food services in GSA-controlled buildings, including competitively-awarded cafeteria services contract locations. Should the Commission for the Blind as the State Licensing Agency (SLA) submit an offer which is determined to be in the competitive range, the SLA will be awarded the contract in accordance with the Randolph-Sheppard Act Amendments of 1974 (20 U.S.C. 107) [34 CFR 395.33 (a)-(c)] This will be a no-cost contract. The operation of the facility shall be conducted as a profit and loss account with no liability to the Government and with the operator not realizing more than an average 10 percent combined annual profit and general administration expense over the term of the contact. A portion of net sales due to the Government will be defined in the RFP, but is not expected to exceed 1.5% of monthly net sales. The contract shall be solicited as a 5-year base contract, with the possibility of two (2) 5-year options, for a potential contract period total of fifteen (15) years. The solicitation and any subsequent documents related to this procurement will be available via the Federal Business Opportunities (FedBizOpps) website (www.fbo.gov). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. Demonstration videos and assistance with using FedBizOpps is available through the website. It is fully integrated with other electronic government initiatives such as System for Award Management (SAM), and is available for use by all Federal agencies. No hard copies of the solicitation or related documents will be mailed. Contractors are responsible for downloading their own copies of this solicitation, amendments, and other documents related to this solicitation. Interested parties must be registered in the System for Award Management (SAM) formerly known as the Central Contractor Registry (CCR) at https://www.sam.gov/portal/public/SAM/. Offer due date and time for receipt of proposals will be set at the time the full solicitation is posted. The solicitation will be posted on or about May 20, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/67e9700c30a62208211544be10f93174)
 
Place of Performance
Address: 1 Federal Drive, Fort Snelling, Minnesota, 55111, United States
Zip Code: 55111
 
Record
SN03080297-W 20130607/130606000642-67e9700c30a62208211544be10f93174 (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.