SOLICITATION NOTICE
R -- 18,000 Catered Meals, Fort Harrison Montana RTI, FY 2010
- Notice Date
- 10/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V10T4001
- Response Due
- 10/15/2009
- Archive Date
- 12/14/2009
- Point of Contact
- Brad Willcockson, 4063243407
- E-Mail Address
-
USPFO for Montana
(brad.willcockson@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- MONTANA NATIONAL GUARD W9124V-10-T-4001 REQUEST FOR QUOTATION FOR 18,000 CATERED MEALS To Be Served 1 October 2009 30 September 2010 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Funds are not presently available for this acquisition. No contract will be made until appropriated funds are made available. The NAICS code is 722310 and the size standard is less than $20.5 million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Offers shall propose a firm fixed price for approximately 18,000 catered meals to be served to military service members attending various schools at Fort Harrison, MT, during Fiscal Year 2010, which is from 1 October 2009 through 30 September 2010. These meals shall number (not to exceed) 6,000 dinners, 6,000 lunches and 6,000 breakfasts. The actual quantity of meals will be determined on an as-needed basis and the vendor shall serve and be paid only for meals ordered and served. Vendor shall propose a firm fixed price PER MEAL for each of the three categories of catered meals - dinner, lunch, and breakfast, respectively according to the terms and conditions of this entire solicitation. Performance Work Statement: 1.The Montana National Guard anticipates purchasing, from a single vendor, approximately (not to exceed) 6,000 catered dinner meals; 6,000 catered lunch meals; and 6,000 catered breakfast meals to be served to uniformed service members attending various schools at Fort Harrison, MT, during Fiscal Year 2010, which is from 1 October 2009 through 30 September 2010. 2.All the meals will be served at a dining facility on Fort Harrison, Montana, to be designated by the Fort Harrison Regional Training Institute (RTI). 3.NO COOKING WILL BE ALLOWED IN THE DINING FACILITY IT IS FOR SERVING, ONLY. Do not call or e-mail the Contracting Officer to ask if cooking facilities are available on post they are not. The food must be fully cooked off site (off of the military post) and transported to the serving facility fully cooked. 4.The quality of the meals must be equivalent to commercially available prepared meals. 5.All meals served must have a variety similar to the Armys 21 Day Menu, shown below as an example of adequate meal variety. Except for the sample meal, the vendor may substitute meals of quality and variety similar to those contained in the 21 day menu. 6.With five days notice, the vendor must be able to provide meals to military classes with up to 250 enrollees. The most meals that will be required to be served at a single meal will be 250. 7.Lunches and dinners must offer a salad bar selection with a variety of fresh vegetables and fruits and (during colder months) soup. 8.The serving time of the meals must be flexible depending on the needs of the military unit. Breakfast will normally begin between 0600 and 0700, but occasionally could require serving as early as 0400. Dinner will normally begin between 1700 and 1830, but could occasionally require serving as late as 2000. 9.Upon request, some of the meals may be designated as to go meals, which must, at a minimum, contain: Two meat (3 ounces each of ham, beef, chicken or turkey) and cheese sandwiches, a bag of chips, a fresh fruit, a dessert (cookies, cake, etc), an individual milk, and a canned or bottled non-water, non-carbonated beverage (for example: juice or sports drink). These to-go meals must be available for pick-up on Fort Harrison, sometimes, as early at 0400 hours. None of these to go meals will require field feeding, i.e., vendor staff to serve the meals in a location other than an on-post dining facility. 10.For schools in which the attendees are primarily in the field (approximately 25% of schools) dinners must include at no extra charge, on request, a to go portion of the meal which will be a tasty snack and beverage course which may be served to the soldiers as a late-night snack. This will be left in the dining facility at the conclusion of the meal and will not require serving by the vendor. Examples of acceptable tasty snacks are brownies, cakes, cookies, rice-crispy treats, cheese & cracker plates, vegetable platters, fruit, soup (in cold weather) and (always) coffee and hot chocolate. 11.The vendor must display a small sign or placard notifying soldiers that, Large or Extra Large portions are available on request which shall, on request, result in the soldier being served 1 X (for Large) or 2X (for Extra Large) entre portions including meat on the initial pass through the serving ling. Soldiers shall NOT be required to make a second pass through the chow line to receive extra portions. 12.The vendor must display a reader board in the serving line containing each meals menu items, along with approximate calorie count. 13. The vendor will be required to provide napkins, eating utensils, paper plates, and hot and cold beverage cups. 14.The vendor shall be responsible for cleaning the serving line and everything behind the serving line, including emptying the kitchen trash. 15.The vendor shall also be responsible for cleaning up the serving area, including wiping down the tables, sweeping the dining area floor, and emptying dining area trash. 16.The vendor shall be responsible for cleaning any heating or beverage serving appliances which may (or may not) be made available to them for their temporary use in the dining facilities. 17.The vendor is responsible for serving and portion control. Buffet style serving is preferred. Ala carte ordering is prohibited. 18.Meal pricing must include all overhead, delivery, and clean-up costs. Soliciting or accepting gratuities are prohibited. 19.Vendor will invoice meals by date and type, twice per month. 20.The unit point of contact (POC) will provide vendor with head count personnel and sign-in sheets for meals. Soldiers will sign a different head count sheet for each meal. POC will coordinate with vendor to adjust numbers of meals as necessary. 21.The anticipated award will consist of 24 CLINs, all separately billable, representing 24 bi-monthly periods for FY 2010. No advance payments or partial-period payments will be made. 22.There will be appointed a COR (Contracting Officers Representative) to assist in the administration of this contract. The duties of the COR will include quality control, contract compliance, and recommendations to the Contracting Officer on the acceptability of the contractors performance. Selection Process and Selection Criteria: 23.This award will be made based solely on the weighted-average score of a sample meal to be served at Fort Harrison, Montana, during the week of 19-23 October 2009. 24.The meal will be independently scored by a: a.Approximately twenty-five soldier-students, b.Six to ten RTI Cadre, c.One nutritional nurse from a medical unit, d.One contracting Officer, e.One Food Service sergeant. f.One COR g.Other independent evaluators (to be determined) 25.The evaluated criteria, and their relative weights, will be: a.40%: Serving Line Food quality, including, but not limited to: Taste, texture, freshness, meat quality (processed vs. non-processed); b.20%: Variety/Quality of Salad Bar: Variety and quality of fruit and vegetables, variety and quality of salad dressings, soups, crackers, nuts, croutons, bacon bits, chopped meats, cheese, peppers, olives, cottage cheese, etc; c.5%: Variety/Quality of Beverages: Coffee quality (choice between regular, dark, and de-caffeinated?), variety of carbonated beverages, are non or low-sugar options available, choice of non-carbonated beverages, is water a choice, are both 2% and non-fat milk available, is iced tea available d.5%: (To be evaluated only by the Nutritionist): Trans-fat cooking oils, sodium content, nitrites used on salad bar, preservatives and other chemical additives; e.5%: Condiment Bar: Variety of condiments, pump bottles vs. packages, includes Tabasco, A-1, Lea & Perrins Worchester, Soy Sauce, are non-salt seasonings available, liquid coffee-creamers (including flavored creamers), regular and brown mustard, f.5% COR Objective Factors: Temperature of food on food tables (above 140), cleanliness of serving line, cleanliness of condiment area, are the bottle caps on condiments recently cleaned (they should be soaked in hot water every night), are coffee-creamers on ice, is mayonnaise on ice, etc. g.5% Desserts: Variety and presentation h.5% Presentation and Representations: Are placards and menu items properly displayed, is food in serving trays tastefully garnished (star radishes, orange peels, carved apples, parsley), is serving line festively decorated (if it is near a holiday season), are serving staff wearing clean kitchen whites? i.5% Hand-washing Station: This is optional, but worth 5 evaluation points. Operation and maintenance of a hand-washing station with no-rinse antibacterial agent, paper towels, and trash-can for paper towels. j.5% Cost: Least expensive receives 5 points, next least expensive receives four points, etc. Sixth place and below will receive zero cost points. Note that above non-price evaluation factors are worth significantly more than the price evaluation factor. For an example of expected meal variety, here is the 21-Day menu: The main entrees of the 21-Day Menu are: DayBreakfastLunchDinner 1STEAK SAND/EGGSBBQ BEEF CUBESBAKED CHICKEN 2BACON/PANCAKESHAM STEAKSLASAGNA 3SAUSAGE/FRENCH TOASTSOUP/SANDWICHSHRIMP SCAMPI 4CREAMED BEEFOVEN FRIED CHICKENSWEET AND SOUR PORK 5BACON/FRENCH TOASTFRENCH DIP SANDWICHSPAGHETTI 6SAUSAGE/EGGSPIZZABBQ SPAR RIBS 7STEAK SAND/EGGSBEEF STEWBAKED STUFFED PORK CHOPS 8CREAMED BEEFCHILI DOGSROAST BEEF 9BACON/EGGSMEAT LOAFTURKEY TETRAZZINI 10SAUSAGE/EGGSMONTE CRISTO SANDWICHPEPPER STEAK 11HAM/FRENCH TOASTGRILLED HAMBURGERSBAKED CHICKEN 12CREAMED BEEFBAKED STUFFED PORK CHOPSSWEDISH MEATBALLS 13SAUSAGE/EGGSLASAGNAGRILLED STEAK 14BACON/EGGSTACOSPORK ROAST 15HAM/PANCAKESBBQ CHICKENBRAISED BEEF CUBES 16CREAMED BEEFCHILI CON CARNECOD 17SAUSAGE/EGGSSLOPPY JOESNEW ENGLAND BAKED DINNER 18BACON/FRENCH TOASTPORK CHOP SANDWICHBEEF STEW 19CREAMED BEEFHOT TURKEY SANDWICHYANKEE POT ROAST 20HAM/FRENCH TOASTPOLISH DOG SANDWICHBAKED HAM STEAKS 21Holiday BL-1Ham Sand Box Lunch BL-2Beef Sand Box Lunch BL-3Fried Chicken Box Lunch BB-4Ham Continental Break BB-5Continental Breakfast BB-6Modified Continental Breakfast Additional Information: Contractors desiring to be considered for this award must (1) Notify the below contracting officer by e-mail, brad.willcockson@us.army.mil, NOT LATER THAN 1700 hours on 15 October 2009 of their meal pricing and intention to serve a sample meal, and, (2) serve a sample meal in accordance with this solicitation. The sample meal will be a Lunch-13, Lasagna, which also includes seasoned peas, cucumber and tomato salad, white cake with strawberry glaze, parmesan cheese, and toasted garlic bread. Please contact MAJ Brad Willcockson for a complete meal description of this meal including required portions. The sample meal will be served from 1100 to 1200 on Thursday, 22 October 2009, in the Gymnasium/Auditorium of the Helena Armed Forces Reserve Center building, or other alternate location, on Fort Harrison, MT. Vendors may have access to the serving area between 1000 and 1300, to allow time for set-up and break-down. The vendor is responsible for the entire set-up and break-down of their serving line, including trash removal. No services (power, ice, or water) will be provided to the vendors. The government will provide an eating area with tables and chairs for the diners. To make evaluation of several food vendors possible, vendors will serve only small (sample) portions to the evaluators. The serving sample size will be determined by the number of vendor participants. For example, if five vendors are competing, each vendor will adjust their serving size to one fifth normal size, so that after sampling food from five vendors each evaluator will have consumed one normal sized meal. For each FULL portion served, participating vendors will receive $9.06, which is the maximum BDFA permitted to be paid by the federal government. For example, if thirty students participate in the sample meal, with five vendors serving, each student would pay $9.06 (for a total of $271.80), and each vendor would serve six FULL portion meals and be entitled to 6 x $9.06, or $54.36. The actual number of participants will be given to the vendors prior to the event. Payment to vendors for the sample meal will be made partially in cash and partially by Visa. Vendors must be willing to accept government credit card payments. The maximum the government will accept as a quote on this requirement is $6.18 per breakfast, $9.06 per lunch, and $13.59 per dinner, which is the maximum BDFA the government may pay. Quotes in excess of BDFA will be considered non-responsive. Quality Assurance: The government shall develop and provide to the selected a quality assurance surveillance plan (QASP) incorporating the same factors used in source selection that monitors all service activities and ensures delivery of the high quality food services. The government will periodically evaluate the contractors performance in accordance with the Quality Assurance Surveillance Plan, which may include AAR (After Action Review) input from students using numerical evaluation factors similar to those used in source selection. Receipt of student evaluations from students showing less that a 90% satisfaction rating will be deemed an adverse report on quality, and will be considered by the COR is assessing overall quality of performance. In consideration of quality assessments, the Montana Army National Guard may, in its sole judgment - and in addition to remedies available to it for contract default - unilaterally terminate the awarded contract for convenience by giving the Awardee vendor 30 days notice of its desire to terminate. In such case, no termination charges will be awarded, and the requirement may be immediately re-solicited and the services of another vendor obtained. The contractor shall also ensure the requirements of Occupational Safety and Health Administration (OSHA) and applicable Federal regulations are met. Special Qualifications: Contractor must maintain appropriate credentialing files on all employees to include, but not limited to, licensure/certification as a food handler/server, and current registration with the department of health. All food service providers must be a licensed caterer in the State of Montana. This requirement is 100% set aside for small businesses. Provisions: The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the best value to the Government. The best value determination will be made by evaluating the contractors offer based the source selection criteria, above. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.203-3 Gratuities APR 1984 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government OCT 1995 52.204-4 Printed on Copied-Double Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 EvaluationCommercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JUN 2008 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JUL 2005 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans SEP 2006 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-41 Service Contract Act of 1956 NOV 2007 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification 52.223-5 Pollution Prevention and Right to Know Information AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 InsuranceWork on a Government Installation JAN 1997 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officers Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.207-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American ActBalance of Payments Program Certificate JUN 2005 252.225-7012 Preference for Certain Domestic Commodities MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Notice of intention to compete may be submitted by e-mail to: brad.willcockson@us.army.mil and must contain proposed pricing. If you have any questions, please contact MAJ Brad Willcockson at 406-324-3407 or email brad.willcockson@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V10T4001/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN01977669-W 20091003/091001235118-20c16239d4398ec69d27ca5d20d8077d (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 |