Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
MODIFICATION

S -- Dining Facility Attendants

Notice Date
8/28/2013
 
Notice Type
Modification/Amendment
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8P31830901
 
Response Due
9/16/2013
 
Archive Date
10/27/2013
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation W90M8P31830901 is being issued as a Small Business Set-Aside Request for Quotation. North American Industry Classifications System Code (NAICS) is 722310. SPECIFICATIONS: The USPFO for Utah has an immediate requirement for nine (9) dining facility attendants to provide food service support activities at the 640th Regiment (RTI) Dining Facility (DFAC) located at Camp Williams, Riverton Utah. See attached Statement of Work (SOW) for specific requirements. The point of contact that can answer the specific questions generated by this solicitation is out of the office. Therefore the bid due date has been extended to 16 September at 8:00 am MST. A site meeting will be conducted at 10:00 am MST 5 September 2013. Written responses to questions/clarifications will be posted by close of business on 3 September. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of lowest price technically acceptable to the Government. Quotes are due NLT 8:00 am MST 16 September 2013. Quotes must be emailed to Jennifer Shaw at jennifer.m.shaw36.civ@mail.mil, facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Quotes must meet the following criteria: 1.Unit costs per hour. 2.Included a minimum of three business references no more than three years old. Provided the following: Contract number Business name: Point of contact name, telephone number, and e-mail address Date of service(s) Service provided 3. Include quotation number, offerors name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN on cover sheet submitted with bid sheet. Failure to provide this information with your offer may cause your offer to be considered non-responsive. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.203-6 Alt 1 - Restrictions on Subcontractor Sales to the Government (2) FAR 52.204-4 Printed or Double Sided on PostConsumer Fiber Content Paper (3) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (4) FAR 52.204-7 - Central Contractor Registration (5) FAR 52.212-1 - Instructions to Offerors--Commercial Items (6) FAR 52.212-2 - Evaluation--Commercial Items (7) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (8) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (9) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed Debarment (c) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (d) FAR 52.219-6 Notice of Small Business Set-Aside (e) FAR 52.219-8 Utilization of Small Business Concerns (f) FAR 52.219-14 Limitations on Subcontracting (g) FAR 52.219-28 Post Award Small Business Program Representation (h) FAR 52.222-3 - Convict Labor (i) FAR 52.222-21 - Prohibition of Segregated Facilities (j) FAR 52.222-26 - Equal Opportunity (k) FAR 52.222-35 - Equal Opportunity for Veterans (l) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (m) FAR 52.222-37 - Employment Reports on Veterans (n) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (o) FAR 52.222-50 - Combating Trafficking in Persons (p) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (q) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (r) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (s) FAR 52.233-3 - Protest After Award (t) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (10) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (11) FAR 52.222-41 Service Contract Act of 1965 (12) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (13) FAR 52.222-54 Employment Eligibility Verification (14) FAR 52.223-5 Pollution Prevention and Right to Know Information FAR 52.228-5 Insurance - Work on Government Installation (15) FAR 52.233-2 Service of Protest (16) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (17) FAR 52.252-2 - Clauses Incorporated by Reference (18) FAR 52.252-6 Authorized Deviations in Clauses (19) DFAR 252.201-7000 Contracting Officer's Representative (20) DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials (21) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (22) DFAR 252.203-7005 - Representation Relating to Compensation of Former DOD Officials (23) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (24) DFARS 252.209-7001 - Disclosure of Ownership or Control by the Government Of a Terrorist Country (25) DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items (26) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 52.203-3 - Gratuities (b) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (c) DFARS 252.247-7023 - Transportation of Supplies by Sea (27) DFARS 252.215-7007 - Notice of Intent to Re-solicit (28) DFARS 252.215-7008 - Only One Offer (29) DFARS 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials (30) DFARS 252.225-7012 - Preference for Certain Domestic Commodities (31) DFARS 252.232-7010 - Levies on Contract Payments (32) DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (33) DFARS 252.243-7002 - Requests for Equitable Adjustment ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System Award Management (SAM) database prior to award. Offerors may obtain information on registration at www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8P31830901/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020
 
Record
SN03166856-W 20130830/130829001022-a51fc8c3fd2129271cab19bcc012dd7c (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.