Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2002 FBO #0376
SOLICITATION NOTICE

S -- Full Food Service for Federalized National Guard Troops at Dugway Proving Ground, Utah

Notice Date
12/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
DABJ19-03-R-0003
 
Response Due
1/22/2003
 
Archive Date
3/23/2003
 
Point of Contact
ERIC VOKT, 435-831-2107
 
E-Mail Address
ACA, Dugway Proving Ground
(vokte@dpg.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U.S. Army Contracting Agency is soliciting for Full Food Service including a modular kitchen and dining area to serve approximately 100 to 150 soldiers at the U.S. Army, Dugway Proving Ground. The facility will be dedicated to providing full meal serv ice and meeting the nutritional needs of federalized Army National Guard troops who will use the facilities. Contractor tasks include, but are not limited to, the following: mobilizing/demobilizing mobile dining facility; installing of mobile dining facil ity; connecting of utilities to mobile dining facility from point of demarcation; dining facility management; cooking; preparing, serving, and replenishing of food; cleaning facilities, equipment, and utensils; preparing vegetables and fruits for the salad bar; bussing tables in dining areas; performing cashier services; handling foods, supplies, and equipment; maintaining quality control; ensuring operator maintenance and minor/major repair of food service equipment; and in the event of contingency, perfor m all required tasks to include continued service. The government anticipates a firm fixed-price contract. The period of performance for the base year will be 15 Feb 03 to 30 Sep 03 with two option years. The period of performance for Option Year 1 will be 01 Oct 03 to 30 Sep 04 and the period of performance for Option Year 2 will be 01 Oct 04 to 30 Sep 05. NOTE: Award will be subject to the requirements of the Randolph-Shepard Act as implemented in Code of Federal Regulations Title 32, Part 260. Evaluation of proposals will occur in three phases. During the first phase, all proposals received will be eval uated against a provided government proposal to determine if government provided services are more economical. If any offer(s) is deemed to be more economical than the government proposal, those proposals will be evaluated and discussions, if necessary, h eld to provide a basis for a competitive range determination (the second phase). During this phase, all proposals will be treated equally, without regard to any offeror’s eligibility for priority under the Randolph-Shepard Act. All proposals determined t o have a chance of being selected for award, based on the criteria stated below, will be included in the competitive range. Should no proposal be submitted from a Randolph-Sheppard Act offeror, the solicitation shall remain a Small Business Set-Aside. In the third phase, if an eligible offer from a firm eligible under the Randolph-Shepard Act is determined to be within the competitive range, award will be made to that firm without further discussions with other offerors. At such time, the Small Business Set-Aside will be dissolved. If an eligible firm is determined not to be within the competitive range, award will be made based solely on criteria stated below, with the small business set-aside remaining intact. The Government reserves the right to awar d to other than the lowest priced offeror or the offeror with the highest merit evaluation.The Government reserves the right to award to other than the lowest priced offeror or the offeror with the highest merit evaluation. Solicitation is DABJ19-03-R-0003 and will be available on or about 12 December 2002 at the Army’s Single Face to Industry web site (http://acquisition.army.mil) or the U.S. ACA, Dugway Proving Ground web site (https://www.dugway.army.mil/10-3_ContractingDi vision.htm). If an Offeror has any questions concerning this solicitation, it is recommended that they be submitted in writing no later than seven (7) calendar days prior to the closing date of the solicitation. Questions received after that time may not receive a response. Proposals must be submitted not later than 4:00 PM MST, 22 January 03. In the event the Army Single Face to Industry web site, http://acquisition.army.mil, is not accessible, responses may be faxed at this number (435) 831-2085. The point of contract concerning this solicitation is Mr. Eric S. Vokt, Contract S pecialist at (435) 831-2107, or email vokte@dugway.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ19/DABJ19-03-R-0003/listing.html)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN00221839-F 20021213/021211213807 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.