Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
SOLICITATION NOTICE

73 -- NAF Concessionaire - NAF Concessionaire Solicitation

Notice Date
1/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA2835-17-R-0003
 
Archive Date
2/2/2017
 
Point of Contact
Emerald Peoples, Phone: 7812250181, John Meehan, Phone: 7812250317
 
E-Mail Address
emerald.peoples@us.af.mil, john.meehan.4@hanscom.af.mil
(emerald.peoples@us.af.mil, john.meehan.4@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determinations Froots Menu Subway Menu Lester's BBQ Menu Attachment A: Performance Work Statement Attachment C Attachment B Technical Capabilities Request for Proposal 06 January 2017 MEMORANDUM FOR ALL INTERESTED PARTIES FROM: AFLCMC/PZIB 16 Eglin St., Bldg. 1604 Hanscom AFB, MA 01731-2107 SUBJECT: Solicitation No. FA2835-17-R-0003 1. The 66th Force Support Squadron at Hanscom AFB is requesting a written proposal for Concessionaires to provide a food and non-alcoholic beverage service in assigned spaces. The Concessionaire is required to provide the service in the following assigned spaces: Minuteman Commons (bldg 1425), at days and times indicated in the attached Performance Work Statement, as well as lunch and evening meal service at the Resiliency Center (bldg 1531) in accordance with the attached Performance Work Statement. 2. The proposed contract terms and special provisions are attached. The award will be made to the responsive offeror whose offer is considered technically acceptable and has the highest proposed concessionaire disbursement. The following factors will be used to determine the best value and technical acceptability to the NAFI: a. Technical Proposal b. Remuneration 3. The technical proposal shall consist of a portfolio, site visit, and submission of state health inspections. Concessionaires will be rated against Technical Factor 1: Submission of Portfolio, Technical Factor 2: Food Safety & Sanitation, and the Department of Health Food Sanitation Inspections in Attachment B: Technical Capabilities. To be found technically acceptable, concessionaires must be given the following rates for the designated sub-factors in Technical Factor 1: Technical Factor 1, Sub-Factor A: 12 Technical Factor 1, Sub-Factor B: 3 Technical Factor 1, Sub-Factor C: 3 4. For Technical Factor 2: Food Safety, & Sanitation, a public health representative will visit each offeror's place of business and assess it based on the criteria provided in Attachment B, Technical Evaluation Factor 2. Vendors will be rated as Fully Compliant, Partially Compliant, and Non-Compliant. To be technically acceptable, vendors must receive either a Full or Partial Compliance rating. Full Compliance will be rated higher than Partial Compliance. 5. Vendors must provide copies of Department of Health Food Sanitation Inspections for the last three years and any required follow-up inspections, in order for proposals to be complete. To be technically acceptable, vendors must receive a rating of Yes for Pass without violations or Pass with minor violations. Pass without violations will be rated higher than Pass with minor violations. 6. Please fill out the first page of Attachment C, "Concessionaire Contract" document, under the blanks listed below "Concessionaire Disbursement" and return with proposal. 7. A site visit is available upon request at Hanscom Air Force Base, MA on Tuesday, 10 January 2017 at 11:00 am EST. Requests must be made NO LATER THAN 3PM EST, Monday, 9 January 2017, and provide Attendee(s), Name(s), Date(s) of Birth, Company name, and telephone number. Visitors to Hanscom AFB must go to the Hanscom Visitor Center which is located in Building 1671, adjacent to the Vandenberg Gate. Visitors at both installations must have a valid ID when you arrive. Visitors driving on the installation must have a valid registration and proof of vehicle insurance on the registration. Please allow enough time when arriving to the installation. 8. Proposals shall be submitted electronically by e-mail to ashlee.masone@us.af.mil, emerald.peoples@us.af.mil and john.meehan.4@us.af.mil. Proposals are due to be submitted NO LATER THAN 2:00PM pm EST, Wednesday, 18 January 2016. Please request a read receipt on all submitted proposals. Any proposal submitted in a paper format will be considered unacceptable and ineligible for award. All questions are due NO LATER THAN 5:00 pm EST on Thursday, 12 January 2017. 9. The name and telephone number of the individual to contact for information regarding the solicitation: Ashlee Masone, 781-225-0168, ashlee.masone@us.af.mil, 2LT Emerald Peoples, 781-225-0181, emerald.peoples@us.af.mil, or John Meehan, 781-225-0317, john.meehan.4@us.af.mil. JOHN MEEHAN, USAF Contracting Officer, AFLCMC/PZI Attachment(s): Attachment A - Performance Work Statement Document Attachment B - Technical Capabilities Attachment C- Concessionaire Contract
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA2835-17-R-0003/listing.html)
 
Place of Performance
Address: Hanscom AFB, Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN04365334-W 20170108/170106233848-9971a19fe4466502ab7eea0a89a87c72 (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.