Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

S -- FULL FOOD SERVICE - Camp Blanding RTI DFAC

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN15R0001
 
Response Due
5/27/2015
 
Archive Date
7/6/2015
 
Point of Contact
Brian J. Williams, 904-823-0567
 
E-Mail Address
USPFO for Florida
(brian.j.williams9.mil@mail.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. The USPFO for Florida is issuing a Request for Proposal (RFP) for a single firm-fixed price Indefinite Quantity, Indefinite Delivery (IDIQ) award for full food service at Camp Blanding Joint Training Center's Regional Training Institute Dinning Facility. The Pre-solicitation notice was issued on 3 March 2015 under W911YN-15-T-0008. As stated in the Pre-solicitation this acquisition will be a 100% Small Business set-aside. The applicable North American Industry Classification System (NAICS) code is 722310, quote mark Food Service Contractors quote mark and the Small Business size standard is $38,500,000.00. Evaluation for contract award will be based on the source selection criteria listed in section M of the solicitation document (W911YN-15-R-0001), with Randolph Shepherd Act Preference. Anticipated start date is 1 June 2015. Contractor tasks include, but are not limited to, the following: Dining Facility Management, cooking, food requisition and preparation, serving and replenishing food, cleaning the facility, lavatories, equipment, and utensils, maintenance of food service and computer equipment, preparing vegetables and fruits for the salad bar, bussing tables in dining areas or where required, performing cashier services, handling foods, supplies, and equipment, maintaining quality control, ensuring operator maintenance and minor/major repair of food service equipment, and in the event of exercises and or contingencies perform all required tasks to include continued service. The contractor shall submit reports and documentation, as required. Randolph-Sheppard Act (RSA) Compliance: This solicitation is subject to exercise of the priority policy regarding qualified State Licensing Agencies (SLA) for the Blind in accordance with the RSA. An offer determined quote mark Technically Acceptable quote mark from a qualified SLA will receive priority in accordance with the RSA and Army Regulation 210-25. Once the Contracting Officer determines that the SLA/blind vendor's proposal should be included in the competitive range, the award will be made to the SLA/blind vendor unless (1) under the SLA/blind vendor's proposal it cannot provide food service at a comparable cost and of comparable high quality as available from other providers and (2) the Department of Education concurs in the decision. This notice is not designed to discourage competition from small business concerns not eligible for the preference. This merely serves as notice that the required priority will be applied should an offer determined to be quote mark Technically Acceptable quote mark determined to be in the competitive range, be received from a qualified SLA. The SLA for Florida, Department of Services for the Blind, has expressed an interest in this requirement. Site Visit. The Government will hold a site visit at Camp Blanding Joint Training Center on Thursday 30 April 2015 @ 0900 to 1100 in the RTI Auditorium Bldg 3800 and we will transition to the DFAC during lunch preparation. CBJTC is located on SR 16W, Starke, FL 32091. All interested firms shall attend. Please submit, in writing, the company name, the names of attendees, and driver's license or state ID to james.m.figlan.mil@mail.mil within 72 hours of scheduled site visit. NOTICE to vendors: Site visit is HIGHLY ENCOURAGED for contract award. All attendees who do not submit their participants IAW the 72 hour deadline may obtain a temporary pass at the Visitors Control Center (VCC) located at the front gate, but may experience significant delays on clearance for entry. Prospective offerors must be registered on the System for Award Management (SAM) website. The contractor is responsible for obtaining the solicitation, amendments, and any other documentation from the FBO webpage. All questions regarding this solicitation must be submitted to james.m.figlan.mil@mail.mil 904-823-0552/0566 by 1:00 pm 15 May 2015. Questions will not be answered after this deadline. ------------ 5/7/15 Update to Technical Exhibit B is attached
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN15R0001/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
 
Record
SN03724326-W 20150509/150507235604-bbe1e66eb93120e138c9a6500e03d278 (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  © 1994-2020, Loren Data Corp.