Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2013 FBO #4228
SOURCES SOUGHT

73 -- Food and Beverage Services - Afghanistan

Notice Date
6/20/2013
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA-13-I-0023
 
Point of Contact
Anna M. Garcia, Phone: 7038755858
 
E-Mail Address
garciaam@state.gov
(garciaam@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined SSN and RFI only. It is NOT a solicitation announcement. No contract will be awarded from this announcement. The U.S. Government (USG) will use responses to this SSN/RFI to make appropriate acquisition decisions. Any resultant contract is anticipated to be a hybrid/combination of fixed price, cost-reimbursement, labor-hour, and/or time-and-materials with a twelve (12) month base period and four (4) twelve month option periods for a potential total of five (5) years. Each option year will be adjusted to accommodate fluctuation of serviced population and locations. Background : With the scheduled drawdown of U.S. Military Forces and the reduction of logistics support to occur in 2014, the Department of State (DoS) is conducting market research to determine the viability and interest of potential sources to provide food and beverage services for U.S. Mission Afghanistan government and contractor personnel primarily operating in Kabul, with the possibility of other locations not yet determined in Afghanistan. Requirements : The proposed acquisition will involve the following types of activities: • Responsible for procurement, importation, quality control, security, storage, delivery, inventory management, preparation, and service of food and beverage items for U.S. Embassy Kabul and other possible locations for approximately 1000-3000 personnel. • Procure food and beverage items only from approved sources that do not violate USG policy, laws or sanctions meeting International Standard Codex Alimentarius food safety standards. Develop thorough food/beverage safety and Quality Assurance / Quality Control (QA/QC) procedures on all acquired food and beverages, ensuring source of origin certification. • Maintain adequate staff for 7 days a week onsite operations providing three (3) meals per day on a 28-day schedule. Meals will address the dietary, religious, and health concerns of the Chief of Mission (COM) personnel, including the ability to accommodate fluctuations in population, mid-night snacks for shift workers, weekly special meals, specialty themed meals (Italian, Chinese, Mexican, Mongolian BBQ, Afghan cuisine, etc.), and support ceremonial/special events for the Ambassador on short notice. • Provide an uninterrupted supply of food and beverage items to all supported locations while maintaining 45-60 days of supply as strategic reserves of both food and beverages at offsite storage and warehouse facilities inside Afghanistan. The vendor is responsible for all security aspects and should be prepared to handle prolonged distribution delays at the border. • Navigate through customs for both air and land shipments, securing delivery of food, and beverage items from port of entry or local procurement to DoS facilities, including the use of the Afghan Public Protection Force (APPF) and be responsible for any necessary duties, taxes, and/or import tariffs. • Incorporate both a Third Country Nationals (TCNs) and Local National (LN) workforce to gradually achieve staffing levels goals of 75% by the end of Option Period 2. • Provide their own life support, security, healthcare, work permits, and transportation for all employees off DoS compounds and be responsible for all respective financial obligations and applicable taxes imposed by the Afghan government. • Management personnel should have at least a SECRET security clearance. Other Important Considerations : Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the SSN or comments submitted in response to requests for information. Capability Statement/Information Sought : As part of response, respondents should provide the following: • Detailed qualification and capability statement to perform the work; • Synopsis of corporate experience and management capabilities, including staff experience, availability, and pertinent training and/or certifications; • List of prior completed projects and/or government contracts of similar nature, references, and/or any other related information; and • A brief synopsis of possible approaches on management of dining facilities, safe and stable food supplies, possible contract, subcontracting, and pricing configuration, including ways to achieve direct cost savings, power outages and disruption of distribution networks, transition with current provider, quality assurance, and any other helpful information. Information Submission Instructions: All responses to this SSN/RFI must be submitted electronically (via email) to Anna M. Garcia, Contracting Officer at garciaam@state.gov in MS Word or Adobe Portable Document Format (PDF) no later than 8 July 2013/12:00 PM EST with the words "Food SSN Response-Afghanistan" in the subject line. Due to server limitations, please limit the size of each email to no more than 2MB with a ten (10) page limitation not including cover page and table of contents. NO phone calls and/or mail courier responses will be accepted. Disclaimer/Important Notes: This notice does NOT obligate the USG to award a contract or pay for the information or any associated costs incurred in the development of response. No proprietary, classified, confidential, or sensitive information should be included in the response. The USG reserves the right to use any information provided in any resultant solicitation(s). If a solicitation is released, it will be via FedBizOpps ( http://ww.fedbizopss.gov ). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this SSN/RFI or a future solicitation. Responses to this notice will not be considered adequate responses to any resultant solicitation. The information provided in this SSN/RFI is subject to change and is not binding on the USG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-13-I-0023/listing.html)
 
Place of Performance
Address: U.S. Embassy - Kabul and other possible locations throughout Afghanistan, Afghanistan
 
Record
SN03095056-W 20130622/130620235147-3e78dc336605bb6bbfe992ee13c6c334 (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.