Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
SOURCES SOUGHT

99 -- Fort Eustis Dining Facility Attendant Service - Attachment 2 - Draft PWS

Notice Date
5/30/2014
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-14-R-0015
 
Archive Date
7/31/2014
 
Point of Contact
Candice Hildebrand, Phone: 757-225-4010, Cindy Alexander, Phone: 757-764-2544
 
E-Mail Address
Candice.hildebrand@us.af.mil, Cindy.Alexander@us.af.mil
(Candice.hildebrand@us.af.mil, Cindy.Alexander@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment 2 - Draft PWS THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 4:00 p.m. Eastern Time on Friday, 6 June 2014. The Government is seeking industry input from only SBA 8(a) Business Development Program sources at this time. The applicable North American Industry Classification System (NAICS) for this requirement is 722310, Food Service Contractors, with a corresponding size standard of $35.5M. Interested parties must be registered under NAICS 722310 in SAM (System for Award Management) at www.sam.gov, formerly known as CCR (Central Contractor Registration). The Government plans to consider all information submitted in response to this Sources Sought Notice. The 633d Contracting Squadron, Langley AFB VA, is in the process of determining the acquisition strategy to obtain non-personal services for the Fort Eustis Dining Facility Attendant contract. For this requirement, the contractor's tasks for the dining facility B695 operation shall include, but are not limited to, the following; serving and replenishing food; cleaning dining facilities (to include both dining rooms, kitchen and bathrooms), equipment and utensils; bussing tables in the dining areas; and handling food, supplies, and equipment; maintaining quality control. The contractor shall, in the event of contingency, perform all required tasks listed above with additional duties to include cooking; baking; serving and replenishing food; and preparing vegetables and fruits for the salad bar; to ensure continued service. Performance will consist of a Phase-In/Transition period (length of Phase-In period is TBD), one (1) base period, and four (4) one-year option periods. The Government anticipates making award on or about TBD, with the Phase-In/Transition period covering (TBD) with actual contract performance to start TBD. The Request For Proposal (RFP) release date is to be determined. Please note: This is an estimated posting timeframe and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings. A draft Performance Work Statement (PWS) is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. The predecessor Fort Eustis Mess Attendant Services contract was awarded under the 8(a) Program. The Government is seeking industry input to determine if there are adequate SBA 8(a) Business Development Program concerns that are capable of performing the follow-on requirement. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package (please limit to no more than 10 pages total) outlining your company's key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1. Please submit the requested information to this office by NLT the closing date and time (6 June 2014, 4:00 p.m. Eastern Time) to SrA Candice Hildebrand at Candice.Hildebrand@us.af.mil and Capt Cindy Alexander at Cindy.Alexander@us.af.mil. The internet and e-mail shall be used as the primary means of disseminating and exchanging all information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact SrA Candice Hildebrand at (757) 225-4010 or Capt Cindy Alexander at (757) 764-2544. Include the following information about your organization in your response: Name of Organization Address Telephone Number Point(s) of Contact E-Mail Addresses Cage Code DUNS Number Business Size Status: SBA 8(a) Business Development Program Concern: _________ ATTACHMENT 1 Market Research Questionnaire Fort Eustis Dining Facility Attendant Service Draft Solicitation Number: FA4800-14-R-0015 The 633d Contracting Squadron, Langley AFB VA, anticipates procuring a follow-on contract for the provision of services for Fort Eustis Dining Facility Attendant Service. As part of the Government's continuous information exchange with Industry while formulating the acquisition strategy, the Government requests your assistance in determining if this requirement should be competed under the auspices of Federal Acquisition Regulation (FAR) Part 19.8, Contracting with the Small Business Administration (The 8(a) Program). In order for the Contracting Officer to make a determination for any acquisition, there must be a reasonable expectation that offerors can satisfactorily perform contract requirements and that award will be made at fair market prices. The Government believes it is mutually beneficial to all parties if this determination is made as early as possible in the acquisition process. If your firm intends to submit a proposal as Prime contractor for this effort, you must respond to the following questions regarding your experience, capabilities, and intentions. The Government is not requesting technical and/or management proposals at this time. Your response will be used solely for the market research purposes in the formulation of the acquisition strategy. 1) Do you intend to submit a proposal as Prime contractor for this requirement? 2) Submit evidence of experience and ability to provide dining facility attendant services type contract. 3) Include information on your company's technical and financial abilities that will allow you to meet the requirements of a program of this magnitude. Refer to the Draft Performance Work Statement (PWS) (Attachment 2). 4) Address your company's ability to manage and integrate subcontract efforts. 5) Identify whether your company is an SBA 8(a) Business Development Program concern under the North American Industry Classification System (NAICS) Code 722310, Food Service Contractors. All information received will be protected and safeguarded as Source Selection Sensitive Information IAW FAR 3.104, Procurement Integrity. Please submit the requested information to this office by NLT the closing date and time (6 June 2014, 4:00 p.m. Eastern Time) to SrA Candice Hildebrand at Candice.Hildebrand@us.af.mil and Capt Cindy Alexander at Cindy.Alexander@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-14-R-0015/listing.html)
 
Place of Performance
Address: Fort Eustis, Newport News, Virginia, United States
 
Record
SN03380608-W 20140601/140531021423-fee47009a787ca593ff0870a557740bd (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.