Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2004 FBO #1101
SOLICITATION NOTICE

89 -- Montana Army National Guard, Regional Training Institute  Catered Meals

Notice Date
11/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-05-T-0003
 
Response Due
12/15/2004
 
Archive Date
2/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes ar e being requested and a written solicitation will not be issued. The solicitation number is W9124V-04-T-0003 and is issued as a Request for Quote (RFQ). SIC code is 5812, the NAICS code is 722320 and the size standard for both is $6.0 Million. The solic itation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2001-25, Effective 04 Nov 2004 & Class Deviation 2004-o0001. The proposed contract is 100 percent set aside for small business concerns. This request is solicited as advertise only. Funds are not presently available for this requirement. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. Although it is possible that award shall be made in December 2004, SITE VISIT TO TAKE PLACE DEC 07, 2003, 1:00 PM AT MESS HALL 410, FORT HARRISON, HELENA, MT 59601 STATEMENT OF WORK Catered Meals, Montana Army National Guard Regional Training Institute 1. SCOPE The contractor shall provide all labor, equipment, supervision, and supplies, to include any required travel, necessary to provide catered meals to the Montana Army National Guards (MT ARNG) Regional Training Institute (RTI), Mess Hall 410, located at Fo rt Harrison in Helena, Montana. 2. PURPOSE / REQUIREMENTS SUMMARY 2-1. As stated in paragraph 1, this contract is for catered meals for the MT ARNGs RTI. These meals will feed two types of soldiers. The first type is a MT ARNG soldier who is participating in a routine IDT or drill weekend. The second type is a soldier from Montana (or other state) who is attending the RTI for training, or ADT. 2-2. All requirements to provide the meals are incidental to the catered meal cost. The contractor is to provide meals and condiments, to include salt, pepper and sugar, flatware, plates, hot & cold beverage cups/glasses, and napkins. 2-3. The meals will be served at Fort Harrison in Mess Hall 410. The Government will allow the contractor limited use of the kitchen, which comprises a storage area in the refrigerator, and access to water and electrical outlets. Limited use excludes all equipment used to actually prepare meals. 2-4. MT ARNG Training Site Headquarters personnel shall provide guidance and instruction on inventory and facility policies and responsibilities. The Contractor and MT ARNG shall conduct an inventory and walk-through of Mess Hall 410 before and after each catered meal event. The Contractor shall be held responsible for the building and equipment, which must be found acceptable prior to each MT ARNG payment for catered meals. 2-5. Meal counts prior to each month are approximate. The fiscal year meal count estimates can be downloaded at (http://www.montanaguard.com/USPFO_meal.htm). The MT ARNG / RTI Project Officer will provide a head count to the contractor after the first me al on the first day of each training period. The Contractor will adjust accordingly, and verify ADT / IDT meal numbers actually served respectively with the RTI Project Officer after each event. 3. Menu The Contractor shall serve nutritional meals consistent with favorable offerings served to commercial clientele. The Montana Army National Guard strictly uses the Armys General 20 Day Menu Information when preparing soldier meals with Army cooks. We off er it here as a guide and general standard. Refer to (http://montanaguard.com/USPFO_Home.htm). The meals served should include similar, but not exact, portions and servings of all food groups, beverages, and condiments indicated in the 20 Day Menu. Cont ractors are encouraged to replace meals from the 20 Day Menu with nutritional meals theyve tail ored and developed for commercial clientele as long as the integrity of a quality menu/meal is maintained. For example, a contractors specialty flat bread can be used in place of wheat bread called for in the Army Menu. 4. PERFORMANCE PERIOD 4-1. The period of performance shall start on 01 January 2005 and continue each month through September 30, 2005. 5. HOURS OF OPERATION 5-1 The Contractor shall begin serving meals at the start of the following time periods: Breakfast: 7:00 a.m.  8:00 a.m. Lunch: 12:00 p.m.  1:00 p.m. Dinner: 5:00 p.m.  6:00 p.m. 6. CONTRACTOR INVOICES / PAYMENT 6-1 The Contractor shall invoice for ADT and IDT meals against the respective contract line item (CLIN). Each invoice shall include the CLIN number, type event (ADT or IDT), event date, and number of meals served. 6-2 The Contractor shall be paid for at least 90% of the meal count estimate each month up to a maximum of the adjusted headcount. For example, if the headcount estimate prior to a given month for ADT meals was 100, but had to be adjusted by the Project Officer down to 85, and 85 meals were served, the Contractor would be paid for a minimum of 90 meals. On the other hand, if the headcount had increased to 115, and the Contractor fed 115 meals, the Government would pay the Contractor for 115 meals. 7. ENTRY TO FORT HARRISON 7-1. Fort Harrison, Helena, Montana is a closed Fort. Contractor personnel while working on the installation may obtain a temporary visitors pass at the Front Gate  provided each person has adequate picture identification with them. The provision of FAR 52.212-3, offeror Representations and Certifications-Commercial Items (May 2004) applies to this RFQ. 52.212-3, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evalua tion, Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance and Technical Capability. Past performance and technical capability, when combined, are significantly more important than cost or price. Vendors are requested to submit past performance information to include persons of contact on their last two contracts for similar products. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1, Inst ructions to OffersCommercial Items (Oct 2003); 52.212-4, Contract Terms and ConditionsCommercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Oct 2003) 52.202-1, Definition s (Alternate I) (May 2001); 52.219-6, Notice of Total Small Business Set-Aside (July 1996); 52.219-9  Small Business Subcontracting Plan (Jan 2002); 52.222-19  Child LaborCooperation with Authorities and Remedies, (June 2004); 52.222-26, Equal Opportuni ty (April 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Spec ial Disabled Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); 52.225-1, By American Act-Supplies (May 2002); 52.225-2  Buy American Act Certificate, (June 2003) 52.225-3, Buy American Act-North American Free trade Agreement-Israeli Tra de Act (May 2002); 52.225-13 Restrictions on Certain Foreign Purchases, (Dec 2003); 52.225-15  Sanctioned European Union Country End Products (Feb 2000); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003); 52.239-1  Privacy or Security Safeguards, (Aug. 1996); 52.249-2, Termination for Convenience of t he Government (Fixed Price) (Sep 1996); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.253-1, Computer Generated Forms (Jan 1991); 252.204-7003, Control of Government Work Product (April 1992); 252.204-7004, Required Central Contractor Registra tion Alternate A (Nov 2003); 252.212-7001, Contact Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 1003); 252.225-7035 Buy American Act--Free Trade Agreements--Balance o f Payments Program Certificate, (JAN 2004); 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, (JAN 2004) You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solic itation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN Purchasing and Contracting, 1900 North Williams Street, Helena, Montana 59602, or Post Office Box 4789, Helena, Montana 59624-4789,or by Fax, Fax Number 406-324-3471 or email to kristen.jaumotte@mt.ngb.army.mil, No later than December 15, 2003 4:00 pm.
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
Country: US
 
Record
SN00713982-W 20041201/041129211844 (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.