Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2008 FBO #2453
SOLICITATION NOTICE

73 -- The purpose of this purchase order is to feed 120, 2/10th SFG(A) personnel while located at the Intermediate Staging Base (ISB) located in the vicinity of the Alexandria International Airport in Alexandria, LA during JRTC Rotation 08-10.

Notice Date
8/12/2008
 
Notice Type
Modification/Amendment
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0244
 
Response Due
8/15/2008
 
Archive Date
10/14/2008
 
Point of Contact
Mark A. McKinney, 719-526-6604<br />
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W911RZ-08-T-0244 Posted Date: 08/08/2008 Response Date: 08/15/2008 Set-Aside: Small Business Contracting Office Address: ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198 COMBINED SYNOPSIS / SOLICITATION Opens: 08-08-08; Closes: 08-15-08 SSG Mark A. McKinney, Contract Administrator, US Army Contracting, mark.anthony.mckinney@conus.army.mil/ mark.anthony.mckinney@us.army.mil Phone: 719-526-6604 Description: This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be released; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-08-T-0244 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular (FAC) 2005-18 effective July 5, 2007. The North American Industrial classification System (NAICS) number is 722310 and the business size standard is $6.5M. The proposed acquisition is a Small Business set aside. Line Item Description: CLIN 0001: QTY: 120 ea. BREAKFAST MEAL FOR 120 PERSONNEL. FOR 30 DAYS. PLEASE SEE STATEMENT OF WORK FOR DETAILS. CLIN 0002: QTY: 120 ea. DINNER MEAL FOR 120 PERSONNEL FOR 30 DAYS. PLEASE SEE STATEMENT OF WORK FOR DETAILS. Statement of Work: STATEMENT OF WORK (SOR) FOR 2/10TH SFG (A) Food Service Contract for JRTC 08-10 1. PURPOSE. The purpose of this purchase order is to feed 120, 2/10th SFG(A) personnel while located at the Intermediate Staging Base (ISB) located in the vicinity of the Alexandria International Airport in Alexandria, LA during JRTC Rotation 08-10. This requirement is for 2 hot meals a day, one being a breakfast and the other a dinner meal. 2. BACKGROUND AND OBJECTIVE. 2/10th SFG(A) will be conducting JRTC rotation 08-10 which will begin on or about 1 September 08 through 30 September 2008. The Special Operations Task Force Central which is the Battalion Headquarters and consists of about 120 personnel will be set up on the ISB on in Alexandria, LA. Due to the transportation limitations of the food service contracting personnel on Fort Polk they are unable to deliver meals to Alexandria, LA and we are therefore submitting this requirement through contracting. 3. SCOPE OF WORK. Services to be provided shall include 1) Preparation of 1 breakfast meal and one dinner meal (see menu for specifics on meals) per day for 120 personnel from 4 September 2008 to 30 September 2008. 2) Service of breakfast meal from 0630 to 0900 every morning and service of dinner meal from 1630 to 1900 every evening, service of meals will include general cleaning of dining room upon completion of meal. 3) All eating utensils to include plates and cups, and serving utensils will be provided by the contractor. 4) Any and all equipment to include portable ovens or grills required for the preparation and service of the meals will be the responsibility of the contractor. 5) Transportation of all meals and anything needed for the preparation and service of the meals will be the responsibility of the contractor. The government shall provide: 1) A dining facility building equipped with tables and chairs for personnel to eat on, 2) Walk in refrigerators and freezers capable of storing some perishable foods. 4. SPECIFICATIONS. Vendor provided meals must be in accordance with the following menu: Breakfast: Daily * Bacon and Link Sausage * Scrambled Eggs or Egg Casserole * Buttered Grits * Biscuit * Fruit Bowl * Individual Cereal Bowls * Orange Juice Carton * Milk Carton Dinner: Daily * Main Meat Entre (Chefs Choice of Beef, Pork, Chicken or Pasta) * Starch * Two Vegetables * Roll * Basic Salad Bar * Cake Slice * Choice of Tea or Water 5. GENERAL INFORMATION. a. The contractor is responsible for providing all necessary materials to assist in the performance of the meals to include room set-up, and room tear down. This product must comply with the Buy American act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be made in the USA. FAR 252.222-7001 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or origin, if not specified, destination will be default). The provisions at FAR 52.212-2, Evaluation - Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforms to the solicitation, being most advantageous to the government, with price and other factors considered. The following factors shall be used to evaluate offers: awards will be made on the basis of technically acceptable low price. The Government intends to evaluate offers and make award without discussion; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 52-212-4 Contract Terms and Conditions - Commercial Items. FAR 52.219-8 Utilization of Small Business Concern. The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated; 52-219-6, Notice of Total Small business Set-Aside (June 2003), 52.222-3, Convict Labor (June 2003) (E.O 1 1246), 52-222-21, Prohibition of Segregated Facilities; 52.222-26, equal Opportunity; 52-232-33, Payment by electronic Funds transfer-Central Contract Registration (Oct 2003) (31 U.S.C 3332), 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-5, Pollution Preventions and Right-to-Know Information; 52.212-1 Instructions to Offerors Commercial Items; 52.212-3, Certification & Representation Commercial Items, 252.212-7001 (Dev) contract Terms and Conditions Required To Imp lement Statutes Applicable to Defense Acquisition of commercial Items, with the clauses 52.203-3, enterprises and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-28 and similar sections in subsequent DOD appropriations ac ts). Fort Carson WAWF Information Statement (Jun 2008) (Regarding DFARS Clause 252.232-7003) FAR 52.212-5, Statement of Equivalent Rates for local area. Wage Determinations: Wage Determination No: 1986-1161 Revision No: 11 Date of Revision: 07/23/2008 Occupation Code Title Wage Rate 07080 Food Preparer/Server $ 6.55 07041 - Cook I $ 8.70 07130 - Food Service Worker $ 6.96 Method of Payment: WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. DFAS: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Office as designated in this contract. Please have your purchase order/contract number ready when calling about payments. You can also access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. CODES: The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT: _X_ Invoice Only __ Construction Invoice (Contractor Only) __ Invoice and receiving Report (COMBO) __ Invoice as 2-in-1 (Services only) __ Progress Payment (Government Only) __ Cost Voucher (Government Only) __ Receiving Report (Government Only) __ Receiving Report with Unique Identification (UID) Data (Government Only) (UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle.) CAGE CODE: _ ISSUE BY DODAAC: W911RZ SHIP TO DODAAC: _ ADMIN BY DODAAC: W911RZ INSPECT BY DODAAC: LEAVE BLANK ACCEPT BY DODAAC: LEAVE BLANK LOCAL PROCESSING OFFICE DODAAC: LEAVE BLANK PAYMENT OFFICE FISCAL STATION CODE: LEAVE BLANK EMAIL POINTS OF CONTACT LISTING: Upon submission of your document, use the Email feature in WAWF to notify the following personnel: INSPECTOR: ACCEPTOR: RECEIVING OFFICE POC: CONTRACT ADMINISTRATOR: mark.anthony.mckinney@conus.army.mil CONTRACTING OFFICER: ADDITIONAL CONTACT: Offers must be received NLT 1300 Mountain Standard Time, 15 August, 2008, at ACA NR, Directorate of Contracting, ATTN: SFCA NR CR, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or quote via e-mail to mark.anthony.mckinney@us.army.mil or fax to: SSG Mark A. Mckinney, Contract Specialist, (719) 526-5333.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e237e84bac4298ed09c5c6ce53df11ce&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01638077-W 20080814/080812225053-e237e84bac4298ed09c5c6ce53df11ce (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.