Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

73 -- Meal Services - Attachment II

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
311991 — Perishable Prepared Food Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCEDM-18-X-XXXXX
 
Archive Date
3/30/2018
 
Point of Contact
Jose R. Munoz Jr., Phone: 9494257045, Jun Surla, Phone: 9493603073
 
E-Mail Address
jose.munoz@ice.dhs.gov, jun.surla@dhs.gov
(jose.munoz@ice.dhs.gov, jun.surla@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Daily Meal Menu A. Introduction The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) is issuing a Request for Information (RFI) to identify potential sources in the San Diego County area capable of providing meals day. The information obtained through this RFI is to obtain market information and capabilities for planning purposes and to determine appropriate strategies to meet the agency's requirements. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP), a commitment for an RFP in the future, or a commitment by the Government to provide answers to questions submitted in response to this RFI. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this announcement and information submitted in response to this RFI will not be returned. Contractor shall furnish freshly prepared meals and special bag meals daily, from Monday through Sunday (7) days a week. The Contractor shall furnish all labor, supplies, supervision, materials, equipment, and transportation to provide these meals to the address shown below: Immigration and Customs Enforcement (ICE) Enforcement and Removal Operations (ERO) Operations Office 880 Front Street, Room B-247 San Diego, CA 92101 B. GENERAL REQUIREMENTS •Contractor shall utilize Daily Menu Meal supplied by ICE (See Attachment II). •All meals shall be prepared off-site. No food preparation is allowed within the Staging Area Facility. •The contractor shall deliver all meals by 7:00 am to the ICE/Operation Facility. Contracting Officer Representative (COR) or ICE Representative will call the contractor the day before, no later than 3:00 pm to confirm the number of meals and water needed for the next day of delivery. •Contractor shall assure appropriate storage and timely transportation of all meals in containers that will assure compliance with temperature requirements as well as all applicable health and sanitation standards. Hot meals shall be delivered in suitable containers supplied by the contractor to maintain the temperature of meals until serving time. •Contractor personnel shall assist ICE personnel in unloading at the designated areas in the operations facility. •The contractor must obtain approval from the COR for substitutions or changes to the menu at least twenty-four (24) hours in advance prior to making the changes. •Contractor shall provide alternate meals if the meals are to be rejected by COR or ICE Representative. All alternative meals shall be prepared by packaging for temperatures, transport and delivery. •Contractor shall be capable of commencing performance 15 days after contract award date. C. FOOD PREPARATION, PACKAGING, AND TEMPERATURES •The contractor shall assure that all kitchen personnel have the necessary skills and training to comply with menu preparation, packaging, and delivery of food. •The contractor shall adhere to the United States Department of Agriculture (USDA), Food Safety and Inspection Services (FSIS), rules and regulations related to food handling, at-risk populations, meat preparation, poultry preparation, and products preparation. D. TRANSPORTATION & DELIVERY In transporting and delivery of meals, the contractor shall adhere to the following standards, as well as other appropriate guidelines: •At the time of delivery, the contractor shall secure and account for and remove all equipment such as containers, etc., used in the delivery of the meals in order to prevent misuse as potential weapons. •The contractor shall provide all necessary and appropriate condiments (salt, pepper, sugar, sugar substitute, mustard, mayonnaise, ketchup, salad dressing, etc.) in individually sealed ready to use serving containers or packets. All containers shall be within labeled expiration dates and contain no metal objects in order to be heated in a microwave. •The COR or ICE Representative shall inspect the food upon delivery in order to assure that it is palatable in terms of flavor, texture, temperature, and appearance. The COR or ICE Representative shall determine suitability and palatability before signing for receipt of delivery. E. Contract Type The Government anticipates awarding a base year plus four (4) one-year extension of option periods Indefinite Delivery, Indefinite Quantity (IDIQ) contract vehicle. All required clauses, provisions will be included in the solicitation and resulting contractual instrument. •NAICS code: 311991 Perishable prepared food manufacturing F. Submissions and Point of Contact Information Interested parties are instructed to submit the following information: (Note: Please do not exceed 5 pages per submission) •POC information (name, title, phone number, address, email address, etc.) •Past Performance references of projects similar in scope and complexity, to include Government POC (name, title, phone number, email address, etc.), role as prime or subcontractor, and contract number •Identify whether a small or large business with DUNS Number If an interested party has questions relating to this RFI, please submit the questions no later than 12:00 PM PDT on March 12, 2018 to Jose Munoz at Jose.Munoz@ice.dhs.gov. Responses to the RFI are due by 12:00 PM PDT on March 15, 2018 and should also be submitted to Jose.Munoz@ice.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/HSCEDM-18-X-XXXXX/listing.html)
 
Place of Performance
Address: Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO), Operations Office, 880 Front Street, Room B-247, San Diego, California, 92101, United States
Zip Code: 92101
 
Record
SN04845764-W 20180309/180307231345-c60e31cf34846aa57e8c77d53dcd0ba0 (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.