SOURCES SOUGHT
M -- Full Food Service at Camp Parks and BT Collins - DRAFT PWS
- Notice Date
- 4/18/2016
- Notice Type
- Sources Sought
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-16-R-0057
- Archive Date
- 5/17/2016
- Point of Contact
- Todd E. Gore, Phone: 2104662224, Deinor A. Bolanos,
- E-Mail Address
-
todd.e.gore.mil@mail.mil, deinor.a.bolanos.civ@mail.mil
(todd.e.gore.mil@mail.mil, deinor.a.bolanos.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS THIS IS A Sources Sought Notice ONLY. A continuing need is anticipated for food services at Camp Parks and B.T. Collins, CA which is currently being fulfilled through contract # W91LV2-11-D-003. We are seeking vendors that may be able to perform this requirement in order to support a competitive procurement. This requirement is subject to the Randolph Sheppard Act. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data food services at Camp Parks and B.T. Collins, CA. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. If a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 722310 Food Service Contractors, with a size standard of $38.5 million. SUBMISSION REQUIREMENTS: Only the electronic submission in response to this Sources Sought will be accepted. Responses to this announcement are limited to three pages. The Subject Line Referenced in the email shall state: (Your Firm's Name) Response to SSS No W9124J-16-R-0057 All responses are due by 9:00 AM CST on May 2, 2016 via email to the Contract Specialist at: todd.e.gore.mil@mail.mil. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination to include all areas of the draft PWS, specifically: (1) Dining Facility Sanitation and Custodial Operations, (2) Dining Facility Food Preparation, and (3) Maintenance of Dining Facility Equipment. 4. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 5. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified services. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5e48fd0db11f5ab1fbaa05badca31d7a)
- Place of Performance
- Address: Camp Parks and B.T. Collins, CA, Dublin, California, 94568, United States
- Zip Code: 94568
- Zip Code: 94568
- Record
- SN04086772-W 20160420/160418234053-5e48fd0db11f5ab1fbaa05badca31d7a (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 |