Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

89 -- Catered Lunch Meals

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-07-T-2019
 
Response Due
10/5/2007
 
Archive Date
12/4/2007
 
Point of Contact
Treena Nadeau, MSgt, 207-990-7353
 
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 CONSITIUTES THE ONLY SOLICITATION; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation number is W912JD-07-T-2019 and is being used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-19. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 311991 with no more than 500 employees. CLIN 0001 DESCRIPTION OF SUPPLIES. The contractor shall furnish all personnel, supervision, materials, facilities and transportation necessary to provide prepared meals to the 243rd EIS and 265th CBCS, South Portland Air National Guard Station (SPANGS), M aine, for the period of FY2008, for scheduled Unit Training Assembly (UTA) weekends in accordance with the following specifications and schedules. A.) Contractor will furnish all food items, cook, and deliver prepared meals to SPANGS. All food items must be delivered and available on site in the proper warmer/cooler no later than 11:30 a.m., unless otherwise directed. B.) Contractor will provide a hot meal with a choice of two meat entrees, two vegetables, two starches (rice, potatoes, or noodles), gravy, salad bar, bread, fresh fruit, milk and a dessert. Different menus will be utilized on Saturday and Sunday of each UTA weekend. (Sample menu and can be emailed upon request) No fewer than two vegetables and one starch will be available to each guest. Tossed salad and salad condiments will consist of a minimum of lettuce, tomatoes, cucumbers, carrots, cottage cheese, canned fruit, applesauce, po tato salad, black olives, bacon bits, shredded cheese, croutons/crackers and no fewer than two choices of salad dressings. A fruit should also be included on the salad bar as much as possible (i.e., apples, oranges, pears, or grapes). Contractor will pro vide servings of fresh milk; two percent white milk is the primary beverage milk; however, chocolate-flavored milk is also authorized. Milk must be served using half-pint cartons. C.) Contractor will provide all condiments (mayonnaise, mustard, ketchup, steak sauce, hot sauce, pickles, salad dressings, etc.) to complement the meal being served. D.) All food items will be served from shallow pans (4 inch). This will keep hot foods at 140-160 degrees Fahrenheit and cold foods at 33-40 degrees Fahrenheit. E.) Contractor will receive payment for all meals ordered. All food/meals will remain the property of the South Portland ANGS and must be left at the station. Food and beverages will not be removed from the facility by the contractor. Remaining meals/se rvings will be verified by the Services NCOIC and must match the number of meals ordered minus the number of meals served. Any shortages identified in servings will be deducted from the payment. The contractor shall take all necessary measures to ensure that the projected meal count for servings is met. F.) Trays, cups, plates, and eating utensils will be provided by SPANGS. The contractor will provide all delivery/serving pans. G.) Contractor will provide a copy of the UTA menu to the 265th CBCS/CCQ no later than the ten days prior to the scheduled UTA. H.) Food shall be purchased from approved vendors IAW the FDA Food Code guidelines. A list of food sources must be provided upon request. I.) Contractor will comply with all FDA Food Code guidelines . The contractor will ensure that personnel delivering food have proper identification for entry onto the South Portland Air National Guard Station. This includes providing an Entry Authorization List (EAL) of all employees who will be permitted on base. The EAL must be submitted to the 265th CBCS/CCQ by 10 Oct 07 with updated EALs as requir ed. Vehicles are subject to be searched, and they must have proper registration and proof of insurance in order to be allowed onto the station. Employees must have a picture ID to gain access on station. Military Public Health personnel, Inspector Gene ral Personnel, and other authorized government personnel shall be permitted to observe operations as necessary. These operations include but are not limited to food preparations at the contractors facility and transportation from the contractors facilit y to the South Portland Air National Guard Station. If any of the food preparation equipment and/or areas is not up to cleanliness standards, these problems will be corrected on the spot. Public Health personnel must be allowed to conduct sanitary inspect ions IAW current FDA code guidelines. All parties involved in this contract will comply with FDA Food Code guidelines. ESTIMATED MEAL COUNT PER DAY (2 days each occurrence): OCT 07  160, NOV 07  160, DEC 07  80, DEC 07  80, JAN 08  160, FEB 08  16 0, MAR 08  160, APR 08 - 160, APR 08  80, MAY 08  80, MAY/JUN 08  80, JUN 08  80, JUN 08  80, JUN 08  80, AUG 08  160, SEP 08  160. The following clauses and provisions are incorporated and will remain in full force in any resultant award.?(Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerers -Commercia l. FAR 52.212-2, Evaluation-Commercial Items Evaluation. Contractors shall include a completed copy of? FAR 52.212-3, Offerors Representations and Certifications-Commercial Item, or complete electronic annual representations and certifications at http:// orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Item. FAR 52.212-5 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.222-19 Child Labor-Cooperation with Authorities and Rem edies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-3, Convict Labor; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232- 33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.247-34, F.O.B. Destination. FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsite.hill.af.mil. FAR 52.252-2, Clauses Included by Reference, http://farsite.hill.af.mil. FAR 52.253-1, Computer Generated Forms. DFARS 252.204-7003, Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alt ernate A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include: DFARS 252.225-7001, Buy American Act and Balance of Payments Program. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.232-7003, Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Pa yments requires that any claim for payment under a DoD contract shall 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 and training will be provided. Information available at no cost is located at http://www.wawftraining.com. DFARS 252.246-7000, Material Inspection and Receiving Report. DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea Alternate III. Response to this combined synopsis/solicitation must be received via e-mail, fax or mail no later than 10:00 AM Eastern Standard Time on 05 OCT 2007.???? Responses should be marked with the RFQ number W912JD-07-T-2019. Address questions to Treena Na deau, Contracting Specialist, at (207)990-7353, fax (207)990-7482 or e-mail treena.nadeau@mebngr.ang.af.mil.
 
Place of Performance
Address: South Portland Air National Guard Station 50 Western Avenue South Portland ME
Zip Code: 04106-2499
Country: US
 
Record
SN01419225-W 20070926/070924224801 (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.