SOLICITATION NOTICE
89 -- The government intends to award a Firm-Fixed-Price Contract for catering services at Camp Dodge (Johnston, IA). Period of Performance: 20 March - 4 April 2010
- Notice Date
- 3/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-10-T-0089
- Response Due
- 3/15/2010
- Archive Date
- 5/14/2010
- Point of Contact
- franklinaw, 719-526-0813
- E-Mail Address
-
Fort Carson DOC
(amy.w.franklin@us.army.mil)
- 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 13 (Simplified Acquisition Procedures) and Subpart 12.6 (Streamlined Procedures for Commercial Items), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the solicitation number is W911RZ-10-T-0089. The government intends to award a Firm-Fixed-Price Contract for catering services at Camp Dodge (Johnston, IA). The North American Industrial Classification System (NAICS) code for this procurement is 722310 with a small business size standard of 20.5 mil. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This solicitation will end on 15 March 2010, 12:00 p.m. Mountain Time. Quotes received after this time will not be considered. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN ItemTotal Amount 0001 Catering Services in accordance with the statement of work $______________ Statement of Work The vendor shall be licensed as a food service establishment in Iowa. The vendor shall maintain liability insurance requried by the state of Iowa. The vendor shall provide three meals per day for 157 Soldiers. The vendor shall provide all plates, cups, napkins and utensils. The meals shall be delivered to the mess hall starting on 20 March with the dinner meal through the dinner meal on 4 April 2010. 46 meals total. Times to be delivered are as follows: Breakfast: 05:30 Lunch:11:00 Dinner:17:00 The vendor shall serve the meals to all soldiers and clean up the area after each meal. The breakfast meal shall consist of bacon or sausage, scrambled eggs, fresh fruit, potato/starch (i.e. hash browns, scalloped potatoes, grits), milk, juice, pastries (i.e. doughnut, coffee cake), and yogurt. The lunch meal shall consist of meat, fresh fruit, salad, fresh or canned vegetables, a type of potato/starch, bread (i.e. roll, bread loaf, etc.), milk and juice. The dinner meal shall consist of meat, fresh fruit, salad, fresh or canned vegetables, a type of potato/starch, bread, dessert, milk and juice. On the evening of 3 April, the dinner meal shall consist of steak, baked potato (with sour cream, butter, and bacon bits), fresh salad, fresh fruit, fresh vegetables, dinner rolls, fruit pastries, soda and milk. End Statement of Work The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. To be submitted with quote: 1.Proof of catering license. 2.Proof of insurance. 3.Past Performance References The offeror shall provide up to five of its most relevant references performed for either Federal agencies or commercial customers in the last three years. The Government may use past performance information obtained from other than the sources identified by the offeror. References should include the following: contract number, period of performance, dollar amount, contracting agency, including name and telephone number of contract administrator/buyer. Past performance will be rated as pass or fail. If the vendor has no past performance, a rating of neutral will be given. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. All responses must be received by 12:00 p.m. Mountain Time on 15 March 2010. Quotes received after this time will not be considered. Quotes may be e-mailed to amy.w.franklin@us.army.mil. Questions concerning this solicitation may be addressed to Amy Franklin, Contracting Specialist, and e-mailed to amy.w.franklin@us.army.mil; all questions or inquires must be submitted in writing prior to 12:00 p.m. Mountain Time, 11 March 2010. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.252-2 (Clauses Incorporated by Reference), 252.204-7004 Alt A (Central Contractor Registration), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 (Qualifying Country Sources as Subcontractors), 252.232-7003 (Electronic Submission of Payment Requests)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1fd50e285eae35a2c77485d493e57b61)
- Place of Performance
- Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02087108-W 20100311/100309235046-1fd50e285eae35a2c77485d493e57b61 (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 |