SOLICITATION NOTICE
73 -- Catering for NOAA Awards Ceremony
- Notice Date
- 7/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NAAJ4000-11-02030
- Archive Date
- 7/30/2011
- Point of Contact
- Patricia McBride-Finneran, Phone: 301-734-1239
- E-Mail Address
-
patricia.mcbride-finneran@noaa.gov
(patricia.mcbride-finneran@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION Support Services (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NAAJ4000-11-02030PMF (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 722320. The small business size standard is $6.5. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 00001 Catering for NOAA 2011 Fall Award Ceremony (VI) Description of requirements is as follows: Statement of Work, 2011 NOAA Awards Ceremony Caterer Selection I. BACKGROUND NOAA plans to hold its annual awards ceremony on Thursday October 6, 2011. This event consists of an awards presentation beginning at 11:00 a.m. in the NOAA Auditorium (1301 East-West Highway) in Silver Spring, Maryland. At approximately 12:00 p.m., the celebration moves into the NOAA Science Center (same address as above) where NOAA will host a small, informal hors d’oeuvre reception. The hors d’oeuvre reception usually lasts from about 12:00 pm through 1:30 pm. The reception must be able to feed approximately 300 guests. II. RECEPTION The hors d’oeuvre reception should be buffet style and must feed 300 guests. The vendor should compile its own menu, but the suggested food items are as follows: · Crudité and dip (hummus, etc.) · Fresh fruit platter · Finger sandwiches · Salads (vegetable, pasta) · Desserts (ex. - cookies, brownies, petit fours) · Coffee, Decaf · Tea · Water · Soda Note: Disposables (plates, cutlery, etc.) should be used. Also, please make sure at least one food item is vegetarian. All food items must be labeled with the name of the food. III. EQUIPMENT The caterer must be able to provide seating tables and chairs (seating for approx. 80) and approximately 9 cabernet (tall) tables for the reception. NOAA will provide rectangular tables for buffet tables. The caterer must also provide the tables and equipment needed for serving the food aside from the buffet tables. Seasonable linens must be provided for the buffet tables as well as for the guest tables. The caterer must be able to deliver most of this equipment (everything except for perishables) the day prior to the event. The caterer must provide their own cooking and heating equipment. There is no kitchen on site. All deliveries must be made on the load-in day (day prior) between 9:00 am and 12:00 pm so that the equipment is set-up and ready for the next morning by 2:00 pm. Set-up includes arrangement of tables and chairs according to the floor diagram, as well as dressing all buffet tables and eating tables with linens. Additionally, NOAA requires 10 rectangular tables to be skirted with either black or blue linens. These tables are not part of the reception, but are used for the awards presentation and registration tables. These tables must be skirted on the day prior, NLT than 1:00 pm. Again, NOAA will provide these rectangular tables (approximately 8 feet by 3.5 feet). On the day of the event, the equipment must be picked up no later than 3:00 pm. IV. STAFF The caterer must provide all staff necessary for delivering the equipment, setting up the day before the event, and serving the food/maintaining the buffet tables. On the day of the event, the staff must be dressed appropriately for a business setting, preferably dark pants with a button-down white shirt or equivalent. For security reasons, the vendor may have to provide personal information on each staff member who enters NOAA’s facilities. This personal information must be provided at least 72-hours in advance of the event. V. BASIS FOR AWARD Award will be made on a best value basis taking into consideration approach which includes the following items, in order of importance: food selection, price, linen selection, past performance and customer service. Contractors’ quotations must include pricing for the food, equipment (including linens), staff, fuel surcharges, and delivery and must include the items that will be provided for the price. Labor prices and hours must also be included. A complete description of the services proposed, along with the name and resume/credentials of the catering coordinator should be provided. Contractors must provide their Online Representative and Certification Application (ORCA) number, Central Contracting Register (CCR) number and their DUNS number in the response. Contractors must provide the names and numbers of three references that they have provided similar services to in the recent past. Be sure to carefully address all elements in this RFQ so that your quotation can be fully evaluated. (VII) Date(s) and place(s) of delivery and acceptance: Period of performance shall be October 6, 2011. Delivery and acceptance: NOAA Science Center (1301 East-West Highway) in Silver Spring, Maryland. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items ( June 2008 ), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature, capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), past performance references. (IX) FAR 52.212-2, Evaluation – Commercial Items ( Jan 1999 ), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Price: Be sure to carefully address all elements in this RFQ so that your quotation can be fully evaluated. 2) Past Performance - Your RFQ should include at least three past performance references (include names and phone numbers and point of contact). Past performance will be evaluated in terms of timeliness, customer service and general professionalism. 3) Experience – please provide summaries of experience from past services. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items ( May 2011 ) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items ( June 2010 ), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items ( May 2011 ) applies to this acquisition. The following clauses under subparagraph (b) apply: (20) 52.219-28, Post Award Small Business Program Rerepresentation ( A PR 2009 ) (15 U.S.C. 632(a)(2)). (21) 52.222-3, Convict Labor ( J UNE 2003 ) (E.O. 11755). (22) 52.222-19, Child Labor—Cooperation with Authorities and Remedies ( J UL 2010 ) (E.O. 13126). (23) 52.222-21, Prohibition of Segregated Facilities ( F EB 1999 ). (24) 52.222-26, Equal Opportunity ( M AR 2007 ) (E.O. 11246). (25) 52.222-35, Equal Opportunity for Veterans ( S EP 2010 )(38 U.S.C. 4212). (26) 52.222-36, Affirmative Action for Workers with Disabilities ( O CT 2010 ) (29 U.S.C. 793). (42) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration ( O CT 2003 ) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 ( Nov 2007 ) (41 U.S.C. 351, et seq.). This RFQ incorporates Wage Determination No.: 2005-2104, Revision No.: 13, Date of Revision: 06/13/2011. (http://www.wdol.gov/) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires ( M ay 1989 ) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.223-10 Waste Reduction Program. As prescribed in 23.706(a), insert the following clause: Waste Reduction Program (May 2011) (a) Definitions. As used in this clause— “Recycling” means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. “Waste prevention” means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. “Waste reduction” means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor’s programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR Part 247). The following additional contract requirements or terms and conditions apply: 52.214-34 Submission of Offers in the English Language ( Apr 1991 ) 52.214-35 Submission of Offers in U.S. Currency ( Apr 1991 ) The following additional terms and conditions apply: Invoice once monthly, charging per service visit. Payment will be made via direct bank deposit. Invoice separately for component and livestock purchases. Livestock costs should be based on market prices. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. EST/EDT on 7/15/2011. All quotes must be faxed or emailed to the attention of Pat McBride-Finneran. The fax number is 301-713-0518 and email address is patricia.mcbride-finneran@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Pat McBride-Finneran. 301-734-1239, patricia.mcbride-finneran@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NAAJ4000-11-02030/listing.html)
- Place of Performance
- Address: NOAA Science Center (1301 East-West Highway) in Silver Spring, Maryland., Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02488911-W 20110703/110701235142-e4a3df5c4cde77c0df8cd414710bc321 (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 |