Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

99 -- Catering from 30 July to 10 August 2017 at Camp Dodge, Iowa - Sample Menu - Performance Work Statement

Notice Date
6/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W5654W71380425
 
Archive Date
7/27/2017
 
Point of Contact
Joseph H. Petersen, Phone: 801-432-4460, Ashtyn Zimmerman,
 
E-Mail Address
joseph.h.petersen.mil@mail.mil, ashtyn.l.zimmerman.mil@mail.mil
(joseph.h.petersen.mil@mail.mil, ashtyn.l.zimmerman.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached is the Performance Work Statement. Attached is a sample menu, as required for the quotation. A menu is required for each day of catering. This is a combined synopsis / solicitation for commercial items provided in accordance with the format Subpart 12.6 as supplemented with additional information included in this notice. Solicitation W5654W 7138 0425 is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 722320 with a small business size standard of 7.5 Million Dollars. This requirement is a Small Business set-aside and only qualified offerors may submit bids. 1 DESCRIPTION OF SERVICES: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to service the contract as outlined. This will include breakfast, lunch and dinner meals being served on the dates provided in section 1.2. This will be for 91 personnel for the duration of the exercise. The meal served is dependent on the meal, and day of the training. 1.1 PERIOD OF PERFORMANCE: Performance period for this contract will be 30 July to 10 August 2017. 1.2 SPECIFIC REQUIREMENTS All meals will be served for 91 personnel. All meals will be served at Camp Dodge, Iowa in the serving area of Building S-92. Breakfast to be served starting no later than 0615 and ending no earlier than 0715; Lunch is to be served starting no later than 1130 and ending no earlier than 1230; Dinner is to be served starting no later than 1730 and ending no earlier than 1830; These times are for each day starting with breakfast on 30 July 2017 and ending with dinner on 10 August 2017. Serving locations may be subject to change but all meals will be served and consumed on Camp Dodge. 2 GENERAL INFORMATION: 2.1 HOURS OF OPERATION: Contractor Personnel shall be readily available 7 days a week within the dates and times of service stated in paragraph 1.2.1 and between the hours stated for each meal in paragraph 1.2.1. Concessions are made for religious holidays, at the discretion of the USG, when it does not interfere with operations. 2.1.1 Emergency Services: On occasion, services may be required to support an activation or exercise of contingency plans outside the normal duty hours described above. 2.2 Removing objects from refuse for personal use is unauthorized. Contractor Personnel may request items through unit designee. Violations are grounds for termination of contract. 2.3 At no time, without authorization, will Contractor Personnel purchase any items from the local economy for any US Personnel. 2.4 Standards of Conduct: Contractor Personnel must adhere to standards of conduct as established by the Installation Commander. 2.5 Security Requirements: Contractor shall adhere to current installation security policies. 2.6 The contractor shall provide an interpreter if English is not the primary language of the workers. The interpreter shall be on site at all times. 2.7 RECORDS: The contractor shall be responsible for creating, maintaining, and disposing of only those government required records that are specifically cited in this PWS or required by the provisions of a mandatory directive listed in DA PAM 30-22, UTNG PAM 30-22, and AR 40-25. If requested by the Government, the contractor shall provide the original record or a reproducible copy of any such record within five working days of receipt of the request. 2.8 Develop and provide at the start of the orientation period or the start of the first operational performance period (if there is no orientation period) a safety plan for the protection of government facilities and property and to provide a safe work environment for contractor personnel. All required PPE is included within DA PAM 30-22. This paragraph applies to all government used equipment and facilities. Camp Dodge, IA will be utilized for the duration of this exercise. 2.9 Government Furnished Equipment (GFE): At no time will contractor personnel use GFE to store, transport, cook, or serve provided meals or ingredients. Contractor is required to provide all resources through their own means, less the serving location. 2.10 SPECIAL QUALIFICATIONS: none 3 SERVICES SUMMARY: Provide hot meals in accordance with nutrition requirements in AR 40-25, for 91 service members from 30 July 2017 to 10 August 2017. Breakfast to be served starting no later than 0615 and ending no earlier than 0715; Lunch is to be served starting no later than 1130 and ending no earlier than 1230; Dinner is to be served starting no later than 1730 and ending no earlier than 1830. Meals will be served at Camp Dodge, Iowa Sustainment Training Center. The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: Past performance, caliber of offeror's performance on previous contracts of a similar nature; Nutritional Value in accordance with AR 40-25; Variety of food; and Price. Quotes are due NLT 7:00 am MST 12 July 2017. Offers must include a menu, Two to three references (to demonstrate past performance), solicitation number, DUNS Number, Cage Code, Tax ID and business size. Quotes may be mailed to: USPFO for Utah, Attention Joseph Petersen, 12953 South Minuteman Drive, Draper, UT 84020-9286 or e-mailed to joseph.h.petersen.mil@mail.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Questions regarding this solicitation must be submitted by email to joseph.h.petersen.mil@mail.mil and ashtyn.l.zimmerman.mil@mail.mil. Past performance will be evaluated based on customer satisfaction, quality of food prepared, timeliness and compliance with delivery and/or performance schedule current or within the last eighteen months for jobs that are similar in size and duration to this requirement. This information will be checked for reliability and dependability. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vfdfara.htm. The clauses are to remain in full force in any resultant contract. Response from vendors is required, if applicable, to the following: FAR 52.204-2 Alt II Security Requirements FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-2 Evaluation--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (c) FAR 52.219-28 Post-Award Small Business Program Representation; (d) FAR 52.222-3 Convict Labor; (e) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (f) FAR 52.222-21 Prohibition of Segregated Facilities; (g) FAR 52.222-26 Equal Opportunity; (h) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (i) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; (j) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (k) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; FAR 52.219-6 Notice of Small Business Set-Aside FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law For Breach Of Contract Claim; FAR 237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (c) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments; DFARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments; DFARS 252.232-7010 Levies of Contract Payments; Delivery shall be made within 30 days or less after receipt of order (ARO). SAM Requirement - Company must be registered and be in good standing on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at https://www.sam.gov. Wide Area Workflow: WAWF is the method of electronically submitting and processing invoice and payments. Firms responding must be registered to invoice through WAWF. DFARS 252.232-7003 Electronic Submission of Payment Requests FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Location: Camp Dodge, Johnston, Iowa 50131
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W5654W71380425/listing.html)
 
Place of Performance
Address: Bldg S-52 Camp Dodge, Johnston, Iowa, 50131, United States
Zip Code: 50131
 
Record
SN04559476-W 20170629/170627235703-b127941c643b01766306fe7e14134326 (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.