Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2014 FBO #4759
MODIFICATION

G -- Cyber Cafe

Notice Date
12/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
722515 — Snack and Nonalcoholic Beverage Bars
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-15-T-0001
 
Archive Date
12/25/2014
 
Point of Contact
Constance J DIetrich, Phone: 6097543177
 
E-Mail Address
constance.dietrich@us.af.mil
(constance.dietrich@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-15-T-0001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, Effective 01 November 2014 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20141106. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System Code is 722515 with a small business size standard of $7,500,000.00. The government intends to issue a firm fixed price contract. The offeror's price quote is the percentage (and minimum dollar amount) the contractor shall pay to the government. Please see performance work statement paragraph 1.6 for additional information. Contract Line Item Number (CLIN) as follows: *** PERIOD OF PERFORMANCE: 01 DECEMBER 2014 - 30 NOVEMBER 2015*** CLIN 0001 - Base Year - Operate Food Service Cyber Café In Accordance With the Performance Work Statement (dated 13 November 2014) QTY: 12 Months __________% Monthly $__________Monthly PLACE OF PERFORMANCE: Building 123, Rt 547, Joint Base McGuire Dix Lakehurst, NJ *** PERIOD OF PERFORMANCE: 01 DECEMBER 2014 - 30 NOVEMBER 2015*** CLIN 1001 - 1st Option Year - Operate Food Service Cyber Café In Accordance With the Performance Work Statement (dated 13 November 2014) QTY: 12 Months __________% Monthly $_________ Monthly PLACE OF PERFORMANCE: Building 123, Rt 547, Joint Base McGuire Dix Lakehurst, NJ *** PERIOD OF PERFORMANCE: 01 DECEMBER 2014 - 30 NOVEMBER 2015*** CLIN 2001 - 2nd Option Year - Operate Food Service Cyber Café In Accordance With the Performance Work Statement (dated 13 November 2014) QTY: 12 Months __________% Monthly $_________ Monthly PLACE OF PERFORMANCE: Building 123, Rt 547, Joint Base McGuire Dix Lakehurst, NJ *** PERIOD OF PERFORMANCE: 01 DECEMBER 2014 - 30 NOVEMBER 2015*** CLIN 3001 - 3rd Option Year - Operate Food Service Cyber Café In Accordance With the Performance Work Statement (dated 13 November 2014) QTY: 12 Months __________% Monthly $_________ Monthly PLACE OF PERFORMANCE: Building 123, Rt 547, Joint Base McGuire Dix Lakehurst, NJ *** PERIOD OF PERFORMANCE: 01 DECEMBER 2014 - 30 NOVEMBER 2015*** CLIN 4001 - 4th Option Year - Operate Food Service Cyber Café In Accordance With the Performance Work Statement (dated 13 November 2014) QTY: 12 Months __________% Monthly $__________ Monthly PLACE OF PERFORMANCE: Building 123, Rt 547, Joint Base McGuire Dix Lakehurst, NJ ALL OFFERORS ARE REQUIRED TO PROVIDE BOTH A PERCENTAGE AND DOLLAR AMOUNT (SEE PERFORMANCE WORK STATEMENT PARAGRAPH 1.6) QUOTATION PREPARATION INSTRUCTIONS: This is a competitive best value source selection in which the competing offeror's compensation to the Government and experience will be evaluated on the basis of compensation being more important than experience. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. EXPERIENCE: The Government shall evaluate the offerors on an acceptable or unacceptable basis. To be acceptable the offeror must provide documentation that they have at least two years experience in the operations management of the food and beverage service industry. Any offeror evaluated as "Unacceptable" will render the entire proposal inacceptable and, therefore, unawardable. Only those proposals determined to be acceptable, either initially or as a result of discussions, will be considered for award. However, the offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. COMPENSATION: The government shall evaluate the compensation, in the form of percentage of monthly gross income and a quoted monthly minimum amount (a minimum compensation of 10% or $750 or whichever is greater with $50 incremental increases per year), on the basis of the best value to the government. The government is not required to select the highest compensation but may select the offeror whose compensation is realistic and attainable. Offerors are cautioned to submit sufficient information. Offeror's may be asked to clarify certain aspects of their quote (for example, experience) or their compensation. Communication conducted to explain their offerors or resolve minor or clerical errors or will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for discussions. SITE VISIT WILL BE HELD AT THE LOCATION OF PERFORMANCE (Building 123, Rt 547, Lakehurst, NJ) ON THURSDAY, 20 NOVEMBER 2014 AT 2:00 PM EDT RFQ RESPONSES ARE DUE NO LATER THAN 10 DECEMBER 2014 @ 3:00 PM EDT. APPLICABLE CLAUSES/PROVISIONS: FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.222-99, Establishing a Minimum Wage for Contractors FAR 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration FAR 52.252-2, Clauses Incorporated by Reference FAR 52.217-9, Option to Extend the Terms of the Contract FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment FAR 52.228-5, Insurance - Liability to Third Persons DFARS 522.204-7004, Alternate A, System for Award Management DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition and specifically the following additional DFAR clauses: DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) AFFARS 5352.201-9101, Ombudsman. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable: 52.219-6, Notice of Total Small Business Set Aside 52.219-14, Limitations on Subcontracting 52.222-19 Child Labor 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Verification 52.222-43 Fair Labor Standards Act 52.223-15 Energy Efficiency in Energy-Consuming Products 52.223-18 Encouraging Contractor Policies 52.232-29, Terms for Financing of Purchases of Commercial Items ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Award will be made (all or none) to one vendor. ATTACHMENTS: Performance Work Statement (dated 13 November 2014) Wage Determination 2005-2351 Rev No.: 13 dated 25 July 2014 NAF General Provisions NAF Special Provisions AFI 48-116, Food Safety Program AFI 48-117, Publis Facility Sanitation Antiterrorism Statement Healthcare Statement Security Requirements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-15-T-0001/listing.html)
 
Place of Performance
Address: Building 123, Rt 547, Lakehurst, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN03586233-W 20141205/141203234714-544ec05c11c92752bc21e25d3cf4d1b3 (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.