Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2007 FBO #1943
SOLICITATION NOTICE

89 -- CATERED MEALS FOR ANUAL TRAINING. ONLY VENDORS FROM IDAHO,OREGON,AND WASHINGTON WILL BE CONSIDERED

Notice Date
3/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W912K307T0020
 
Response Due
4/12/2007
 
Archive Date
6/11/2007
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number is W912K3-07-T-0020 is issued as a Request for Quote (RFQ). This request for Quote is due by April 12, 2007, 12:00am (local time). The RFQ will result in a firm fixe d price contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 722310. The United States Property and Fiscal Office of the Washington Army National Guard is soliciting quotes to procure the following supply or services: CLIN 0001: Catered Meals Dinner. 2 May 2007. Quantity 62, at Yakima Firing Center Yakima, Washington. Unit Price $________ Total $________. CLIN 0002: Catered Meals Breakfast, 3 to 6 May 2007. Quantity 248, at Yakima Firing Center Yakima, Washington. Unit Price $________ Total $________. CLIN 0003: Catered Meals Dinner. 3 to 5 May 2007. Quantity 186, at Yakima Firing Center Yakima, Washington. Unit Price $________ Total $________. CLIN 0004: Catered Meals Breakfast. 6 to 19 May 2007. Quantity 4,420, at Yakima Firing Center Yakima, Washington. Unit Price $________ Total $________. CLIN 0005: Catered Meals Dinner. 6 to 18 May 2007. Quantity 4,420, at Yakima Firing Center Yakima, Washi ngton. Unit Price $________ Total $________. CLIN 0006: Catered Meals Dinner. 19 May 2007. Quantity 70, at Yakima Firing Center Yakima, Washington. Unit Price $________ Total $________. CLIN 0007: Catered Meals Breakfast, 20 to 21 May 2007. Quantity 140, a t Yakima Firing Center Yakima, Washington. Unit Price $________ Total $________. CLIN 0008: Catered Meals Dinner, 21 May 2007. Quantity 70, at Yakima Firing Center Yakima, Washington. Unit Price $________ Total $________. FEEDING SCHEDULE BREAKFAST: 6:00AM TO 8:00AM DINNER: 6:00PM TO 8:00PM Times are tentative actual feeding times will be provided by unit POC. See Attached STATEMENT OF WORK and SITE VISIT INFORMATION. STATEMENT OF WORK The contractor shall provide all, labor, supervision, supplies and items necessary to support the Washington Army National Guards Annual Training (AT) to be conducted at Yakima Training Center (YTC), Yakima Washington. The primary locations for the preparation and serving of the breakfast and dinner meals will be 1 fixed dining facility at YTC. The contractor will be required to provide their own labor to prepare and serve the above mentioned meals. The contractor shall use the WAARNG 12 day Menu as a guide to schedule meal planning. The contractor shall be able to accommodate changes to the feeding times and number of meals given 24 hours notice from the unit POC. The contractor must meet the requirements set by Madigan Army Medical Center Environmental health to feed on a Federal Installation. Point of Contact for MAMC Environmental Health is Kimberley Novak at (253) 968-4113. POC will provide all requirements need ed to meet standards to feed on the installation. The contractor shall adhere to the feeding and storage requirements of TB MED 530 chapters 4, 5, 7, 8, 11, 12. The TB MED 530 can be found at the following web address: http://www.army.mil/usapa/med/DR_pubs/dr_a/pdf/tbmed530.pdf The referenced chapters can be printed for reading. SITE VISIT INFORMATION Site visit will be conducted on 06 April 2007. Prospective Contractors are highly encouraged to attend. Location: Yakima Training Center Bldg T-135 Yakima, WA 98901 For directions and access requirements to Yakima Training Center, contact Mr. Reddick at (509) 577-3201 Purpose of this visit is as follows: 1. Walk the site for set up of any required equipment needed to meet the feeding and storage requirements. 2. Look at Dining Facilities. 3. To discuss the utility (water, electricity, sanitary sewer, telephone) arrangements required for the performance of this contract. 4. Any other coordinating issues regarding the contract line items. 5. To finalize dates for set up, performance and tear down. Please send list of those attending the site visit to Fred Quintana at fredesvin.quintana@wa.ngb.army.mil or to SFC Joan Dobesh at Joan.Dobesh@wa.ngb.army.mil. Any and all questions will be submitted in writing to SFC Joan Dobesh at Joan.Dobesh@wa.ngb.army.mil to be answered via an amendment to the solicitation. Copies of the Washington National Guard 12 Day Menu are available upon request. To request a copy of the menu send your request to Fred Quintana at fredesvin.quintana@wa.ngb.army.mil or to SFC Joan Dobesh at Joan.Dobesh@wa.ngb.army.mil. The offeror must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contra ctors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability Will vendor take payment by credit card? Yes____ No_____. Offerors proposals shall be valid fo r a minimum of 60 days to be acknowledged in the offerors proposals. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the soli citation will be the lowest priced offer. All FAR clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: provision 52.212-1, Instructions to Off erors-Commercial items (Jan 2005); provision 52.211-6, Brand name or Equal (Aug 1999); 52.212-3 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212-4, Contract Terms and conditions-Commercial items (Oct 2003); FAR clause 52.212-5 (Dev), Co ntract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005), 52.219-6 Notice of Small Business Set Aside, 522.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Pr ohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52,232-33 Payment by Electronic Funds Transfer, 52.233-3 Protest After Award, 52.252 Clauses Incorporated by Reference (http://fars ite.hill.af.mil), 52.222-35 Equal Opportunity for Special Disabled veterans, 52.222-37 Employment Reports on Special Disabled veterans, 252.225-7035 Buy Ammerican Act, applies to this RFQ. Point of contact: Fred Quintana at 253-512-8309. Quotations can be emailed to fredesvin.quintana@wa.ngb.army.mil
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
Country: US
 
Record
SN01256086-W 20070323/070321221557 (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.