MODIFICATION
99 -- 12 WEEK MESS ATTENDENT SERVICES-FORT CHAFFEE AR: ARKANSAS ARMY NATIONAL GUARD
- Notice Date
- 9/4/2007
- Notice Type
- Modification
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- USPFO for Arkansas, Camp Robinson, North Little Rock, AR 72199-9600
- ZIP Code
- 72199-9600
- Solicitation Number
- W912JF07T0023
- Response Due
- 9/7/2007
- Archive Date
- 11/6/2007
- Point of Contact
- Nicholas DeGuire, 501-212-4412
- E-Mail Address
-
USPFO for Arkansas
(nicholas.deguire@ar.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Amendment 0001 is hereby incorporated into the Request for Quote (RFQ) number W912JF-07-T-0023 and shall become a part of any resultant contract. 2. The questions and answers were either submitted prior to or during the site visit. Question 1. Page 4, third paragraph of the solicitation states in pertinent part that the State Licensing Agency (SLA) will be afforded paramount priority of a 10% preference for consideration of award. Concern: Paragraph b. (1)(b), page 2, and page 20, paragraph of AR 210-25 specifies If the State Licensing Agency submits a proposal and it i s within the competitive range established by the contracting office, the contract will be awarded to the State Licensing Agency. The Arkansas State Licensing Agency understands that the latter priority cited in AR 210-25 has not changed nor has the Rando lph-Sheppard Act. Please clarify. Answer: According to the Randolph-Sheppard, SLA shall be given a priority award of contracts to operate cafeterias. In this case the Government has assigned a 10% preference, based on other social economic priorities allowed by the FAR. All quotes wil l be evaluated to see if they are acceptable based on the factors listed in the solicitation. If the SLAs quote is acceptable it will be evaluated based on the competitive range established by the Contracting Officer and the 10% preference. Question 2. Paragraph 2.4 states that All contract personnel must approve of a police record check to be accomplished before working at Fort Chaffee. What exactly is the government looking for here? Is the contractor supposed to run a police record ch eck on all employees? Will the government be paying for the police record check? Who determines the records checks, if they are satisfactory or not? Answer:The contractor is responsible to ensure a nationwide criminal background (e.g. National Crime Information Center / NCIC) check is conducted on all employees (e.g. primary contractor and subcontractor employees) who will be working on Fort Chaffee. Any felony convictions or series of misdemeanors offenses will be justification for the Contracting Officer to deny access to Fort Chaffee. Contractor shall provide Contracting Officer a letter stating that the background checks have been completed and notify the Contractor Officer of any exceptions. Question 3. Paragraph 2.15 states Contractor employees will be allowed one Government provided meal per eight hour shift. Please clarify this sentence. Does this mean that a contract employee is provided a free meal or that they are authorized to purc hase and eat one meal a day? Answer: Contracting Employees will receive one free meal per eight hour shift. These meals shall not be counted against the government. Question 4. Paragraph 3.3 states The contractor shall obtain foods from Government for each meal and accomplish the food preparation in accordance with the recipe, 12 day menus and the USDA Food Code. How will the contractor obtain these foods? Is a v ehicle required? Will the government furnish the vehicles if needed? How many days rations can be held at the dining facility? Answer: As stated in the Statement of Work, the food shall be delivered and stored at the dinning facility. Government shall provide a warehouse forklift to offload the food. Contractor shall provide the driver. There is additional space available for s torage in case of overflow. Prime Vendor can deliver to alternate storage space if needed. Contractor shall be responsible for transporting supplies from alternate storage space. Government served over 70,000 in a 30 day period in the present facility in June 2007. Meals peaked at over 4,300 per day. Additional storage facility was used once during this period. The dinning facility has a storage room capable of holding a three day supply of dry goods, two walk-in refrigerators, and a walk-in freezer. Question 5. Paragraph 4.2 describes ro utine bussing of tables. Will the diners clear there own diningware and, if so, will the contractor only be responsible for the occasional removal of eating utensils, dinnerware, and trash left by careless diners? Answer: Yes. Question 6. Paragraph 12.2 states that &Extensions of the service timeframe shall be compensated at a rate for every 15 minutes. With the units in the CLINs in lump sums how will rate for 15 minute periods be developed? Should there be a CLIN for Ext ended Services with units being quarter hours? Answer: Hours shall not be extended at the dinning facility. Remove Extensions of the service timeframe shall be compensated at a rate for every 15 minutes from the statement of work. Question 7. Paragraph 14.6 states that The contractor will be furnished an initial issue of GFP. Can offerors be provided a list of that equipment? Will all pots, pans, serving utensils etc be provided by the government? Answer: List of equipment will be provided to contractor after the award. Government shall provide Contractor with pots, pans, and serving utensils. Question 8. Paragraph 17.1 states that To-Go plates should also be provided? Is the government talking about the typical clam shell Styrofoam containers? What is the estimated quantity expected for To-Go plates/orders? Answer: The Government anticipates no To-Go orders, however if there is an exception, the contractor may serve the food on the three compartment plate as described in paragraph 5.2 of the SOW. Question 9. We noticed that the FBO announcement shows this as a Mess Attendant equirement, but the PWS you sent makes it appear as a Full Food Service. Which is correct? I know there are line items for both to fill out, but we request clarification. Answer: The Government is providing food subsistence in this requirement, which is why the description is written this way. Also Line 0001 is for all the requirements listed in the Statement of Work for food preparation and serving. The remaining service s listed in the Statement of Work should be quoted in Line 0002. Question 10. To help clarify this issue, below we provide a list of the following and hopefully you can tell us who provides what: Refrigeration thermometers, pocket thermometers, knives (cooking type) boning, French, slicing, paring etc. grill thermometers, oven Thermometers, hot pads, aluminum foil, saran wrap, food labels, brooms, mops handles, mop heaps, mop buckets, toilet bowl brush, pot scrubber brush , gill pad holder, grill screen. Answer: Government will provide knives (cooking type) Boning, French, slicing, paring etc. Government will also provide refrigeration thermometers and oven thermometers. Contractor shall provide other supplies needed to set-up their operations at the dinn ing facility. Question 11: What was the cost per meal on the last contract awarded by the Government for Fort Chaffee? Answer: The cost per meal was $2.24. The contractor served over 70,000 meals during a 30 day period. Daily meals served peaked at over 4,600 meals per day. Contractor followed same menu and similar statement of work. Question 12: Will the short order breakfast cook be required to prepare omelets? Can the cook prepare the omelets in advance? Answer: No short order cook will be required for breakfast. Omelets are not required. Question 13: How much time will the contractor have to prepare the facility for inspection after completing the contract? What are the cleaning expectations, regarding the completion of the contract? Answer: As specified in the SOW, Contractor has up to two days. Contractor does not have to use the full two days to clean-up. Dinning facility should be in the same condition as it was prior to the contract. Question 14: Can the contractor substitute or make additions to the menu? What happens to the leftovers? Answer: Contractor may make suggestions and requests for additional subsis tence or spices to improve the quality of the meal. There is nothing in place for leftovers at time. The process for leftovers will be referred to the Government COR or QAE. Question 15: Does the kitchen have air conditioning? Answer: No, there are some fans in the facility. Government will try to provide fans, however we would recommend bringing fans. Question 16: Can the contractor bring his/her own trailer and equipment? Answer: Yes, however equipment must be removed when the contract is completed. For example, there is a requirement for steaks on the menu. Government will provide an outside grill. Contractor may choose to bring an additional grill to handle overflow. N ote: Government will not be responsible for contractors equipment. Question 17: Is the contractor required to provide eating utensils (knife, fork, or spoon)? Answer: Yes as stated in the SOW. Contractor shall also provide salad bowls. Note: Contactor should be washing primarily pots, pans, and serving utensils. Patrons will police themselves by picking up their own trash and throwing it away on their way out. Question 18: Will the forecasted number of meals change? Answer: All numbers are estimates at this time. The overall number should not change. However, the number of meals per period may vary. Question 19: Will the government send dining patrons in stages to eat? Answer: Most of the patrons should arrive at the beginning hours of the shift. Please refer to Statement of Work, Paragraph 5.3 for guidance on serving lines. Question 20: May the contractor arrive earlier than 2-3 days prior to the start of the contract? Answer: Please refer to Statement of Work, Paragraph 1.0. Question 21: Will there be an additional requirement for food service? Answer: None are forecast at this time. Question 22: How will cash and MREs be handled? Answer: Contractor shall handle no cash. MREs will be self-issued and Contractor will have to coordinate the delivery and set-up with the COR. Contractor shall set up boxes for issue and remove empty boxes as needed. Question 23: What are the salad requirements? Does the contractor needed to provide coffee filters? Does the contractor need to bring pots and pans? Answer: Please refer to Statement of Work, Paragraph 3.3 for guidance on food preparation. Government shall provide coffee filters. Government shall provide pots and pans for cooking. Question 24: Can the contractor vary from the menu? For example; can the contractor modify the gravy recipe? Answer: No. Please refer to Statement of Work, Paragraph 3.3 for guidance on food preparation. Question 25: How many trucks do you think the contractor should lease to move supplies from the overflow? How many employees should the contractor hire per shift or use on the line? Answer: The contractor needs to make these determinations based on the statement of work and meal schedule. Question 26: Are the Belson WS-4 hand washing stations suitable? Answer: Yes, however the Government is not requiring any specific brand of hand wash stations. Note: There are four doors to the dinning facility. Government stated 3-4 stations per door at the site visit, however the contractor should make this determi nation based on the flow of patrons going into the dinning facility during the peak periods. 4. The closing date for submission of offers will remain as September 7, 2007 at 11:00 AM CST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA03/W912JF07T0023/listing.html)
- Place of Performance
- Address: USPFO for Arkansas Camp Robinson, North Little Rock AR
- Zip Code: 72199-9600
- Country: US
- Zip Code: 72199-9600
- Record
- SN01394881-F 20070906/070904223053 (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 |