Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

S -- Full Food Service at Pitsenbarger Dining Hall

Notice Date
1/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-R-0046
 
Response Due
2/2/2007
 
Archive Date
3/2/2007
 
Point of Contact
Shelley Deardorff, 937-522-4604
 
E-Mail Address
shelley.deardorff@wpafb.af.mil;
(shelley.deardorff@wpafb.af.mil;)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the acquisition of non-personal services to provide Full Food Service Operations at Pitsenbarger Dining Hall, a commercial service to be procured for Wright-Patterson Air Force Base, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is FA8601-06-R-0046, North American Industry Classification System (NAICS) code 722310, Standard Industrial Classification (SIC) code 5812 (size standard $19M). The closing date for this solicitation is 11:30 A.M. (EST) on 2 February 2007. Prospective bidders are advised that the current contract was awarded under the Randolph-Sheppard Act and that a Collective Bargaining Agreement is in place and will be applicable to this award. The Collective Bargaining Agreement is attached to the solicitation package. Offerors are advised that all competitive, technically acceptable proposals will be considered. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. No hard copies will be sent. All interested parties must provide a proposal by the time specified above to the Government in order to be considered for award under this acquisition. The Government reserves the right not to make any award. Contract financing shall not be provided for this acquisition. This acquisition will be competed using a written Request for Proposal (RFP). This acquisition will utilize the Performance Price Trade-Off (PPT) technique to make a best value award decision where Technical and Past Performance combined is approximately equal to price. Under this approach, compliance with the mission capability requirements is evaluated for technical acceptability; therefore, mission capability requirements are not subject to tradeoffs. Tradeoffs may only occur between price/cost and past performance. In accordance with FAR 15.304 (e), technical and past performance combined is approximately equal to price. The technical, price, and past performance volumes will be evaluated separately. Proposed acquisition is 100% set aside for small business concerns. Small business link is http://sba.gov. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 722310, Standard Industrial Classification (SIC) code 5812(size standard $19M). Businesses providing proposals shall identify and address if they are a large, small, 8(a), woman owned, Hub Zone, or otherwise classified as a small disadvantaged business in their responses. The Government intends to award a contract with a 10 day phase-in/phase-out period. Proposal packages shall include all data and information requested and submitted in accordance with the instructions found under Instructions to Offeror attached to this solicitation. Offerors providing proposals shall comply with the Instructions to Offerors, FAR 52.212-1 and addendum thereto. Non-conformance with the instructions may result in an unfavorable proposal evaluation. All required elements of the Request for Proposal shall be submitted by the offeror with their proposal no later than 11:30 a.m. (EST) on 2 February 2007. Note that past performance questionnaires are also due no later than 11:30 a.m. (EST) on 2 February 2007. As per the submittal requirement in the Instructions to Offeror, faxed or emailed responses cannot be considered. Any offeror who submits an incomplete package may be considered non-responsive. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE PROPOSAL. All proposals submitted shall state they are valid for a period of no less than 120 days from the closing date of this solicitation. Full Food Service Operations are in support of Pitsenbarger Dining Hall in accordance with the attached Performance Work Statement dated 18 December 2006. A Firm Fixed Price type contract is anticipated with five line items to include the base year plus two (2) option years. Offerors are advised that in addition to the profit/fee set forth elsewhere in their proposal and resultant contract, the Contractor may earn a total award fee amount of up to $40,000 for the base year and all options years on the basis of performance during the evaluation periods. Acquisition includes two (2) option years effective 1 October – 30 September in the follow-on years as stated in the CLIN descriptions. Offerors are advised that due to budgetary cuts within the Federal Government, some options may not be exercised. Therefore, the Government reserves the right not to exercise the option years. The quantities and units of issue for each CLIN can be found in the attached solicitation document. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14, Effective 22 Nov 2006 and Class Deviation 2005-o0001. NOTICE TO OFFERORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contracts to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. The winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Offerors shall be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423, Fax 1-703-696-0213. The website for CCR is http://www.ccr2000.com. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Complete proposal packages, including Price Proposal and Contract Data, Relevant Past and Present Performance, Mission/Technical Capability (if not previously submitted), Representations and Certifications, and Past Performance Questionnaires shall be submitted no later than 11:30 a.m. (EST) on 2 February 2007 to Ms. Shelley Deardorff, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. As per the Instructions to Offeror, faxed or email proposals are not acceptable. Direct all other inquiries to Ms. Shelley Deardorff, (937) 522-4604, or via email at Shelley.Deardorff@wpafb.af.mil with a copy to Ms. Sandy Dugan, (937) 522-4568, Sandy.Dugan@wpafb.af.mil. For more information on "Full Food Service at Pitsenbarger Dining Hall", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5130 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Full Food Service at Pitsenbarger Dining Hall
(http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-06-R-0046/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB. OH
Zip Code: 45433
Country: USA
 
Record
SN01213217-F 20070119/070117222238 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.