SOLICITATION NOTICE
99 -- National Archives Cafe Services - Cafe Services Attachments
- Notice Date
- 2/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-09-Q-0037
- Point of Contact
- Stuart T Hitchings, Phone: 301-837-0310
- E-Mail Address
-
stuart.hitchings@nara.gov
- Small Business Set-Aside
- N/A
- Description
- Attachment 4 NARA Terms and Conditions Attachment 3 Preapproved Cleaning Chemicals Attachment 2 Government Furnished Equipment Attachment 1 Data Requirement Item (DRI) DESCRIPTION/SPECIFICATION FOR AII CAFÉ SERVICES This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. The solicitation Number is NAMA-09-Q-0037 and is issued as a Request for Quotation (RFQ). The NAICS code for this requirement is 722310. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-30 effective date February 17, 2009. The resulting contract will be a no-cost contract. The order will be placed following receipt and evaluation of quotations. The period of performance is as follows: Base Period – May 26, 2009 to May 25, 2011 for CLIN 0001; Option Period 1 - May 26, 2011 to May 25, 2013 for CLIN 0002; Option Period 2 - May 26, 2013 to May 25, 2015 for CLIN 0003; Option Period 3 – May 26, 2015 to May 25, 2017 for CLIN 0004; and Option Period 4 – May 26, 2017 to May 25, 2019 for CLIN 0005. The period of performance commences with contract award and continues for a period of twenty-four (24) months from date of award and four (4) 24-month option periods. The Contractor must organize the business, procure the necessary equipment and have a complete organization ready to begin full operation as provided herein. The anticipated award date of the resulting contract is May 8, 2009. The Government intends to make a selection decision based on its review of initial quotations without discussions for this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation as prescribed by FAR 12.301(c)(2). Accordingly, the technical evaluation factors are Technical Understanding and Approach and Relevant Past Performance. Award will be made to the contractor whose conforming quotation represents the best value to the Government. In order to evaluate the relevant past performance, the contractor must provide contact information for no more than five references. All qualified responsible business sources may submit a quotation, which will be considered by NARA. A site visit has been schedule for March 11, 2009 at 2:00 PM. Only two representatives per Contractor are allowed to attend. If you plan on attending please contact Mr. Stuart Hitchings via email by 2:00 PM on March 10, 2009. For a formatted copy of the Performance Work Statement and Pricing Table necessary for proper response, contact Mr. Hitchings. DESCRIPTION: (1) Background and Scope. The National Archives and Records Administration (NARA) requires the services of a Contractor to operate and maintain the cafeteria at the Archives II building located at 8601 Adelphi Road, College Park, MD 20740-6001. The cafeteria will be open to the public and will be the primary food service for NARA staff, Contractor employees, and researchers using the Archives II collections. The Contractor shall establish and operate the food services facilities as described below, for the purpose of dispensing food, nonalcoholic beverages and such other items as may be authorized by the Contracting Officer (CO), in accordance with all terms and conditions specified herein. All services shall be performed in good, workmanlike manner by properly trained personnel. Vending machine operations are also required and are subject to the provisions of the Randolph-Sheppard Act. Except as may be otherwise stated in this requirement, the Contractor shall perform all sales, services, and other functions with its own personnel, equipment, and supplies in accordance with this requirement and all applicable regulations. (2) Facilities. (a) Square Footage Area of Building. Archives II occupies a total of 1.7 million square feet. Cafeteria space (estimated gross square footage) is allocated as follows: kitchen (800), Servery (2,000), dining area-indoor (6,000), contractor office space (90), contractor employee space (150*), storage space (1,500), ware washing (700), vending (350), outside terrace (6.550), and Convenience Store (470). *Note: plus men’s and women’s restrooms (1 each). (b) Seating Capacity. The cafeteria dining area will seat up to 334 persons. Seating will include small tables with 2, 3, or 4 chairs, booths, and high chairs. In addition, outdoor terrace seating will is available. (3) Hours of Service. (a) Service Schedule. The Cafeteria is open Monday through Friday (except on Federal Holidays). The current servicing hours are: Breakfast, 7:00 AM – 9:30 AM; AM Break 9:30 AM – 11:00 AM; Lunch 11:00 AM – 2:00 PM; and PM Break 2:00 PM – 4:00 PM. The Contractor shall open a second cash resister between the hours of 11:30 AM and 1:30 PM if six or more customers are waiting in line. (b) Modification to Service Schedule. Any request for modifying the hours or days of service shall be submitted to the Contracting Officer’s Representative (COR) for approval by the Contracting Officer (CO). All hours may be adjusted by the CO as necessary to accommodate the requirements of the occupying agency activities. (4) Menu. (a) Selections. The menu shall consist of the standard cafeteria style (steam line, grill, salad, sandwiches, etc.) bill of fare offered by other similar commercial establishments including healthy alternative items. During each serving period, easy-to-read menus with prices listed shall be prominently displayed for the information of customers. All self-serve items, (i.e., salad bar, sandwich bar, etc.) shall be labeled for ready identification. (b) Menu Selection, Prices, and Portions. The Contractor's original proposed and Government accepted menu selections, price, and portions shall be binding upon the Contractor. Any subsequent changes in menu selection, price, or portions including additional items for sale shall be submitted for approval of the COR. The Contractor shall submit menus in accordance with Attachment 1, Data Requirement Item 0001, Menu Selections, Prices, and Portions. The Contractor shall not change any menu selection, price, or portions prior to receiving written approval from the CO allowing such changes. (c) Formulas and Recipes. The Contractor shall prepare or compound ingredients and mixes, and shall produce the finished products in accordance with formulas or recipes which are customary and standard to other similar commercial establishments as that of the Contractor. Menu portions shall be commensurate with menu prices the same as served in establishments operated by the Contractor. The Contractor shall comply with and support the 1995 and all subsequent revisions of U.S. Dietary Guidelines (i.e., offer foods low in total fat, saturated fat, cholesterol, sodium, and sugar, including lean meats, low-fat dairy products, vegetables, fruits, and grain products). (5) The contractor shall operate a small convenience store. At a minimum the store shall stock drinks, snacks, candy, and small health and beauty items. The Contractor is also responsible for stocking the sanitary supplies is the public restroom adjacent to the convenience store. The convenience store shall operate from 7:00 AM to 4:00 PM. The COR will consider requests for changes in operating hours and services the convenience store offers. Requests for changes must be made in writing to the COR. (6) Vending Machine Services. The Contractor shall provide and operate a minimum of ten (10) vending machines at the Archives II facility. The vending machine service is covered by the provisions of the Randolph-Sheppard Act (20 U.S.C. 107) and requires that 50 percent of the vending machine profit be sent to the Maryland Division of Rehabilitation Services (the Maryland Randolph-Sheppard agent). Vending machines operated under this contract shall also be maintained and operated in accordance with the provisions of Public Health Service Publication No. (FDA) 78-2091 or current version, The Vending of Food and Beverages. All vending equipment shall be installed, maintained and serviced on a timely basis as detailed below. The following requirements, as a minimum, shall apply to the vending services. (a) Vending Machine Equipment. The Contractor shall install, operate, and maintain at least seven (7) vending machines in the vending area attached to the cafeteria dining area and at least three (3) more vending machines in the basement-level break room. The Contractor is responsible for all costs associated with the installation and/or removal of any equipment. All vending equipment provided shall be new or “like new” that has been manufactured within the past five (5) years. All vending equipment shall accept, at least, dollar bills, quarters, dimes and nickels and make change as necessary. All equipment shall be modular in nature to present a uniform appearance and provide for ease in cleaning the areas under and around machines. No vending equipment shall be removed by the Contractor without prior approval of the CO. All proposed changes to the equipment inventory shall be approved in advance by the COR. (b) Repair and Maintenance. The Contractor shall periodically inspect vending equipment, and have equipment repaired as necessary, to ensure continued safe operation. The Contractor shall maintain vending equipment in conformance will all local health department codes and provide periodic cleaning and sanitizing as required or directed. The Contractor shall provide a “trouble call” telephone number which is answered twenty-four hours per day, seven (7) days per week and which is prominently displayed on each piece of vending equipment. The Contractor shall provide “same-day” service for all trouble calls received by the Contractor before noon and service within 24 hours for all trouble calls received after noon. Emergency service shall be provided twenty-four (24) hour per day, seven day per week for refrigerated equipment malfunction or liquid leak problems. (c) Products to be Vended. The Contractor shall purchase all food, beverages, and associated products that will be vended. The Contractor shall ensure vending product stocks are maintained. All vended products shall be clearly labeled, including but not limited to: weight, contents, and nutritional values. NARA reserves the right to direct the removal of any product being vended. All perishable food shall be labeled with a “last day of sale” or a “pull date” as appropriate. All vended products shall be nationally or regionally known brands. Products affected by seasonal and/or climatic changes (e.g., chocolate products) shall be replaced as necessary. Eating utensils, condiments, napkins, straws, etc., shall be packaged and vended with the appropriate foods as required, or supplied separately as necessary. (d) Refund Policy. The Contractor shall establish and administer an acceptable procedure that will assure customers are properly compensated in a timely manner. (e) Reconciliation of Sales. The Contractor shall provide NARA with an accurate accounting of vending sales each month as an addendum to the Monthly Profit/Loss Statement, in accordance with Attachment 1, Data Requirement Item 0002. (7) Customer Service. (a) The Contractor shall at all times provide an adequate number of food service employees to perform the varied and essential duties inherent to a successful food service operation. When feasible, the COR will notify the Contractor at least 24 hours in advance of large conferences, meetings, events, etc., that may affect the cafeteria operations. (b) The Contractor’s employees shall provide courteous, professional, and prompt service to customers. (c) Customer Complaints. Customer Complaints must be addressed and resolved within a three (3) day time period by the Contractor and/or NARA. Unresolved complaints shall be adjudicated by the COR and the decision shall be binding. (d) The Contractor shall provide customers with a receipt for items purchased. (e) The Contractor shall ensure that serving items (i.e., napkins, forks, spoons, cups, etc.) and condiments (i.e., salt, pepper, ketchup, etc.) are well stocked. (f) The Contractor shall maintain a take out service capability during all normal hours of service and shall furnish containers, disposable trays, bags, paper cups, lids, paper dishes, plastic cutlery, paper napkins, etc., for support thereof. (8) Personnel. (a) Management. The Contractor shall be responsible for establishing effective management controls in the performance of this Contract. The Contractor shall provide a full-time on-site qualified food service professional to act as manager of the facility. The Contractor’s manager shall be delegated the authority and shall be able to effectively manage the day-to-day operation of the cafeteria. (b) All money-handling and serving personnel shall speak and understand English. No one shall be employed without a valid U.S. Immigration certificate or Alien Registration card. Employees of the Contractor shall be fully capable of performing the type of work for which they are employed. The Contractor shall require the employees to comply with such instructions pertaining to conduct and building regulations in effect for the control of persons in the building, or as may be issued for that purpose by Government representatives. (c) Training. All employees shall be trained in the food service operations, including safety, sanitation, and proper food handling, including any requirement stipulated in the applicable regulations and laws. (d) Appearance. The Contractor and its employees shall present a neat and clean appearance, and shall wear appropriate attire while performing duties at NARA. Employees who come in contact with customers shall wear uniforms of the same style as those worn by employees at the Contractor’s commercial operations. Legible name plates identifying each employee shall be provided by the Contractor and displayed as part of the uniform. With prior approval of the COR, any color or color combination of uniform may be used. As part of the uniform, plastic gloves shall be worn at all times while employees are involved in serving and/or handling food. Contractor personnel must not wear excessive jewelry on their hands or arms while performing food preparation or food service duties. The only exceptions are wedding bands/rings and medical alert bracelets. (e) Conduct. Personnel must be courteous and friendly to customers at all times. Drinking of alcohol by Contractor employees is strictly forbidden. (9) Financial Requirements. (a) Cash Register Data. The Contractor shall collect monies due for the items sold; all sales made by the Contractor shall be recorded on non-resettable cash registers. (b) Monthly Statements. The Contractor submit a Monthly Profit/Loss Statement, in accordance with Attachment 1, Data Requirement Item 0002. The CO or representatives will as required and necessary, examine all phases of the financial operation of the cafeteria. Physical inventories of all food stocks on hand shall be taken by the Contractor monthly in support of the monthly profit/loss statement. (c) Contractor Certification of End-of-Fiscal Year Statement. The Contractor’s chief financial officer shall certify the accuracy of the Contractor’s end-of-fiscal-year profit/loss statement. The Contractor shall provide annual data on customer sales in accordance with Office of Management and Budget (OMB) Control No. 1105-1128. The data need not be certified. The following information shall be supplied: Schedule (Breakfast, AM Break, Luncheon, PM Break, Other (describe)), Daily Number of Customers, and Check Average. (10) Cleaning. (a) Cleaning and Janitorial Services. Cleaning and janitorial services shall be performed on a regular schedule and shall meet the highest standards of sanitation common to the food service industry. The Contractor is responsible for maintaining and cleaning all cafeteria spaces including limited dining area services. (b) Dining Area. (i) Contractor’s Responsibility. Customers are expected to remove trays, trash, etc., from tables. The Contractor shall provide busing service, both interior (dining area) and exterior (terrace), to remove any remaining items and assure that tables and chairs are clean during the hours of operation. The Contractor shall immediately perform emergency cleanups, i.e., spills. (ii) The Consolidated Facilities Management (CFM) Contractor is responsible for janitorial cleaning in the cafeteria dining area. The CFM Contractor is required to wipe down the booths, tables, chairs, and hi-chairs daily Monday through Friday between 10:00 AM and 11:00 AM and again between 1:00 PM and 2:00 PM. The CFM contractor is also required to thoroughly clean the dining and vending areas daily between 6:00 PM and 10:00 PM Monday through Saturday. This includes daily vacuuming, cleaning trash receptacles, and monthly washing of walls and windows, semi-annually stripping and finishing of hard flooring and base boards. The Contractor shall maintain a close liaison with the COR and notify the COR of any cleaning, janitorial, or other deficiency that is the responsibility of the CFM Contractor. (c) Cleaning Chemicals. A list of NARA pre-approved cleaning chemicals is included as Attachment 3, Pre-approved Cleaning Chemicals. The Contractor shall maintain current Material Safety Data Sheets (MSDS) documentation for all supplies, materials, chemicals, etc., requiring documentation utilized under the performance of this contract. At least 30 days prior to bringing any cleaning chemicals or products into the facility for the performance of this contract that are not on the pre-approved list, the Contractor shall submit to the COR a Material Safety Data Sheets (MSDS) (Attachment 1, Data Requirement Item 0004) for COR approval. (d) Trash and Garbage Removal. (i) Interior areas. The Contractor shall remove garbage and trash from the kitchen, serving, dining, and storage areas continuously to prevent unsightly buildups, contamination, or health or safety hazards. Garbage shall be placed in durable, leak proof, easily cleanable, insect and rodent proof containers at a Government designated collection point. Plastic trash can liners shall be used to line these containers. Such containers shall be kept covered when not in actual use. Soiled containers shall be cleaned frequently, both inside and out, and sanitized. Coagulated grease and residue shall be placed in plastic bags before being discarded in a trash can or dumpster. (ii) Exterior (terrace). Garbage removal from designated exterior collection points will be performed by the CFM contractor. (e) Recycling. The Contractor shall recycle and remove to a Government designated collection area all recyclable materials in the performance of this contract including, but not limited to, plastic bottles, glass bottles, cans, paper, cardboard, etc. All recycling containers used for this performance will be furnished by the Government. The Contractor shall provide all liners for the recycling containers. The CFM contractor is responsible for managing the recycling program and collecting associated proceeds. Note: NARA encourages the use of recycled materials wherever possible on this contract. The Contractor shall make every effort to utilize recycled supplies and materials in the performance of this contract. (11) Government Furnished Equipment/Facilities. (a) Government furnished equipment for the Contractor’s use at the Archives II cafeteria is described in Attachment 2, Government Furnished Equipment. The Contractor shall be responsible and accountable for all Government property in accordance with the requirements of the contract. This includes Government property in the possession or control of a subcontractor. The Contractor shall replace such equipment when necessary because of loss, wear, or breakage. Any Contractor replaced Government equipment shall become the property of the Government. Throughout the contract period, and extensions thereof, the Contractor shall support the Government in periodic equipment inventory objectives. The Contractor shall submit a Government Property Inventory Report in accordance with Attachment 1, Data Requirement Item 0003. (b) At the beginning of the contract period, the Government will provide, at no cost to the Contractor, space for operations under the contract, as indicated and thereafter, such space as it may deem necessary or desirable. The Government will, as it deems advisable and at no cost to the Contractor, provide space heating, space lighting, ventilation, local telephone service, and utilities. The Contractor shall exercise reasonable care in the use of Government furnished space and equipment. Upon contract termination, the Contractor shall yield such space and equipment in as good condition as when received, except for the ordinary wear and tear, and damage or destruction beyond the Contractor’s control and not due to the Contractor’s fault or negligence. The Contractor shall be responsible for safeguarding, maintaining, and cleaning Government furnished space and equipment. (i) Walk-Through Inspection. The Government and the Contractor shall conduct a joint walk-through inspection to determine the operational status and condition of the cafeteria equipment and facility within two (2) workdays after the contract effective date. The Contractor shall document and submit to the COR, within three (3) workdays of the walk-through inspection, the results of its inspection including any pre-existing unsatisfactory cafeteria facility conditions or equipment not in working order. (ii) Start-Up Alterations/Renovations. The existing space does not require alteration or renovation. However, if the Contractor deems it necessary that start-up alterations or renovates are required, the Contractor shall submit its request in writing to the COR. All structural start-up alterations and renovations approved by the COR will be accomplished by the Government. (12) Contractor Provided Equipment and Supplies. (a) The Contractor shall furnish and post signs and promotional materials which shall be the same as those in the Contractor’s commercial operations and shall be subject to the approval of the COR. Such signs shall include, but not necessarily be limited to, identification signs (company name with associated logos, prices, emergency contact sign, hours of operations, menus, etc.). (b) The Contractor shall provide, install, and maintain all equipment, furniture and fixtures necessary to provide the menu and services required by this agreement (except start-up items that the Government agrees to provide). Title to trademarked equipment, severable equipment and signs shall remain with the Contractor. (c) All Contractor provided equipment shall conform to local and national electrical codes; and shall comply with the performance standards and be compatible with equipment normally provided in similar commercial operations of the Contractor. All equipment shall be in like new condition and comply with the National Sanitation Foundation (NSF) requirements and be Underwriter Laboratories (UL) approved. The Contractor shall not install any equipment without prior written approval of the CO. (d) The Contractor shall provide all required supplies necessary for the performance of this contract. Contractor supplies shall be of the same commercial quality, design, and size as used in other commercial establishments. The Contractor shall guarantee that the products which it supplies and the methods used in their manufacture, processing, and handling, will conform with all applicable laws and regulations and the preservation of public health. (e) The Contractor must provide storage and food preparation equipment, and serving utensils. Long distance and collect calls are prohibited on Government furnished telephone lines and will be the responsibility of the Contractor. (13) Repairs. (a) Repairs/Replacements under $100. With the exception of the customized kitchen refrigeration systems, the Contractor shall replace or perform all necessary repairs on Government furnished equipment under $100 per repair (based on labor, parts, and material cost) beginning on the 31st calendar day after the contract start date All repairs shall be reported and explained in the Monthly Profit/Loss Statement, Attachment 1, Data Requirement Item 0002. Repairs on cafeteria equipment covered by a warranty or guarantee agreement shall not be initiated without the prior approval of the COR. Currently, no cafeteria equipment is covered under a warranty. If replacement/new equipment is covered by a warranty, Government Furnished Information (GFI) will be provided to the Contractor. For equipment not covered by warranty, the Contractor shall immediately perform the repairs and notify the COR when such work is being done. (b) Repairs/Replacements over $100. The Contractor shall report to the COR and CO any potential repair of Government Property expected to exceed $100, including parts, labor, and materials. The CO may authorize the Contractor to complete the repair; have the repair completed by the CFM contractor; or have the repair completed by some other method. (c) Facility Structure Repairs (Contractor Improvements not included). The Government shall maintain and repair building structures in areas assigned for the contractor’s use, including painting; the maintenance of gas, water, steam, sewer, and electrical lines, ventilation, electrical lighting fixtures (including re-lamping), floors and floor coverings, and walls and ceilings. Notwithstanding, the Contractor shall bear the expenses of repairs necessary because of negligence on the part of the Contractor or the Contractor’s employee. (14) Standards of Acceptable Performance. (a) Quality. The Contractor must serve tasty, appetizing, and quality food under clean and sanitary conditions in accordance with the provisions and recommendations contained in the Food Service Sanitation Manual, Public Health Service, Publication No. (FDA) 78-2081 (or current version). (i) All foods served must be wholesome and free from spoilage, free from adulteration and misbranding, and safe for human consumption. (ii) Uncooked items, such as fresh fruits, must be clean and free from blemish. All foods, when served, must be attractive in appearance and correct in temperature and consistency. Food must be crisp, moist, dry, tender, etc., as may be appropriate in each case. (b) Inspections. The Government will periodically inspect the cafeteria operations to ensure compliance with the terms and conditions of this contract. Inspection may be accomplished by Government employees or a Government designee. GENERAL: (1) The contractor agrees to abide by all applicable Federal, State, and Local Laws, Ordinances, Regulations, and industry regulations and codes. The responsibility for determining applicability laws, ordinances and regulations for the Contractor and its employees rests solely with the Contractor. (2) All services performed under this contract shall comply with current versions of the following: (a) The U.S. Department of Agriculture (USDA) of Food and Drug Administration (FDA) provisions and recommendations contained in the Food Service Sanitation Manual, Public Health Service, Publication No. (FDA) 78-2081; (b) Public Health Service Publication No. (FDA) 78-2091, The Vending of Food and Beverages; (c) Code of Maryland Regulations 10.15.03 entitled, Food Service Facilities; (d) Prince George’s County Health Department Regulations Governing Food Service Facilities, Subtitle 12. Health, Division 2, Food Service Facilities; and (e) Randolph Sheppard Act, 20 U.S.C. §§ 107-107f. (3) Definitions. (a) Contractor Improvements. Fixtures, equipment and other improvements made by the Contractor which is placed or resting on Government property assigned to Contractor for the purposes of this contract. (b) Government Property. Government space or equipment provided or made available to the Contractor for the purpose of this contract. (c) Repairs. Unscheduled work required to prevent the breakdown or failure of a piece of equipment; or return such equipment to service after a breakdown or failure; or to correct or prevent a facility structure problem. (4) Loading Dock. All deliveries shall be made through the loading dock during the normal receiving hours of 8:00 AM to 4:00 PM unless other arrangements have been made. All delivery and vending contractors shall be escorted by cafeteria contractor personnel. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Feb 2009) - contractors shall complete only paragraph (b) of this provision if the contractor has completed the annual representations and certificates electronically at http://orca.bpn.gov. If a contractor has not completed the annual representations and certifications electronically at the ORCA website, the contractor shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions Commercial Terms (Oct 2008); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2009). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 08), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 03). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). The following FAR clauses also apply to this procurement: FAR 52.217-5 Evaluation of Options (Jul 1990); FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Service Contract Act. Wage Determination 2005-2103, revision 6, dated 5/29/2008 has been listed in this requirement to remind Contractors of the minimum wage which must be paid to employees. The Wage Determination can be accessed at: http://www.wdol.gov/sca.aspx#8. The following NARA Terms and Conditions, Attachment 4, apply to this procurement: (1) Standards of Conduct; (2) NARA Contractor Personal Identity Verification Procedures; (3) Insurance Requirements; (4) Cooperation with Other On-Site Contractors; (5) Permits and Licenses; (6) Safety and Security; (7) Site Visit; (8) Equipment; and (9) Facilities. Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Stuart Hitchings, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001. Quotations, including a written sample menu, should be received by 12:00 PM EST on March 26, 2009. Any exceptions to any terms and conditions should be clearly listed. Questions regarding terms and conditions should be submitted in writing to Mr. Hitchings via email at stuart.hitchings@nara.gov by 12:00 PM EST by March 17, 2009. Contractors are encouraged to attend the site visit to inspect the site where services will be performed and surveying all general and local conditions that may affect performance, to the extent the information is reasonably obtainable. In no event shall failure to attend the site visit be grounds for a claim after the contract award. Contractors are advised not to ask questions of the NARA personnel in attendance but to submit, in writing, any questions to Mr. Stuart Hitchings via email by the due date for questions. Failure to meet the deadline for receipt may result in rejection of the quotation as untimely. Telephonic responses will not be processed.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=97f20979ec803efbabfd928bb210a508&tab=core&_cview=1)
- Place of Performance
- Address: 8601 Adelphi Road, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN01757095-W 20090227/090225220606-97f20979ec803efbabfd928bb210a508 (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 |