Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOURCES SOUGHT

S -- SOURCE SOUGHT SYNOPSIS - FULL FOOD SERVICES-FORT JACKSON SC - DRAFT PWS

Notice Date
3/6/2017
 
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-17-R-FFS-SC
 
Point of Contact
Joann T. Morton, Phone: 210-466-2220, Andrea G. Palmer, Phone: 2104662201
 
E-Mail Address
Joann.t.morton.civ@mail.mil, andrea.g.palmer.civ@mail.mil
(Joann.t.morton.civ@mail.mil, andrea.g.palmer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SOURCES SOUGHT NOTICE United States Army - Full Food Services Fort Jackson, South Carolina SOLICITATION NUMBER: W9124J-17-R-FFS-SC NOTICE TYPE: This Is A Sources Sought Notice ONLY. This Sources Sought Synopsis (SSS) is for Full Food Services (FFS) in support of the Fort Jackson Installation food service program. The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) Contracting Office on behalf of Fort Jackson Installation, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. BACKGROUND: A continuing need is anticipated for the Full Food Service (FFS) which is currently being fulfilled through current contract W9124C-13-C-0007. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data for the services requested). The MICC-FSH has a requirement in support of Fort Jackson installation food service requirements to meet needs at ten (10) dining facilities, (nine (9) of the facilities are active and one (1) is currently under construction, the anticipated occupancy date of the new dining facility is 29 Aug 2018.) The Contractor shall provide quality services in support of the installation food service program that supports the Warfighter with flexible, efficient and cost effective service. The service outlined in this requirement encompasses Dining Facility Management functions, food preparation, facility sanitation and janitorial duties. The NAICS code assigned to the acquisition is 722310, Food Service Contractors with a corresponding small business size standard of $38.5M. The requirement requires the contractor to provide all personnel necessary to perform the requirements as defined in the draft Performance Work Statement. The Contractor shall provide all supervision, labor, personnel, equipment, materials and supplies exception of Government Furnished Property (GFP), to perform activities that comprise the full operation of an Army Dining Facility. It includes, but is not limited to, requisitioning, receiving, storing, preparing, and serving of food. Also, included is the performance of related administrative, custodial, and sanitation functions, in the Dining Facilities. PURPOSE OF THIS SOURCES SOUGHT: 1) To request information on capabilities of potential offerors to provide the services described in the draft PWS in order to determine if this will be set-aside. Please note, FFS requirements are subject to both the priority established by the Randolph-Sheppard Act (RSA) and the preferences set out in FAR part 19. Randolph-Sheppard Act Applies to this Full Food Service Requirement: - All offerors are hereby notified that this solicitation will be subject to the Randolph-Sheppard Act and the priority it affords to blind vendors for operation of military dining facilities. - The blind have a priority right to operate dining facilities on federal property. This applies to the solicitation of Full Food Services (FFS) as defined in Army Regulation 30-22. - The Army applies this priority in accordance with Army Regulation 210-25 (which will be incorporated into this solicitation and resulting contract. - This notice is not designed to discourage competition; rather, it sets out the priority established by the RSA for proposals received from State Licensing Agencies and their blind vendors." A decision to set-aside this requirement for a small business program or to compete it through full and open procedures has not yet been made. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 4. Information to help determine if the requirement full food service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. YOUR RESPONSE TO THE SYNOPSIS: The Government requests separate files for Statement of Capabilities and Contracting Approach response; submitted electronically in PDF format. Offeror's responses shall not exceed fifteen (15) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the Draft PWS. All responses to: 1) the Statement of Capabilities 2) Contracting Approach shall be received no later than 10 March at 12:30 PM CST. Please respond via electronic mail (e-mail) to the Contracting Officer, Andrea G. Palmer, at the following address: andrea.g.palmer.civ@mail.mil and Contract Specialist, Joann T. Morton, at the following address joann.t.morton.civ@mail.mil. All questions MUST be in writing and should also be directed to Joann Morton and Andrea Palmer. In all responses, please reference W9124J-17-R-FFS-SC - Ft. Jackson Full Food Services in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact: Joann T. Morton Contract Specialist Email: joann.t.morton.civ@mail.mil Secondary Point of Contact: Andrea G. Palmer Contracting Officer Email: andrea.g.palmer.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9085920f90509f99ebbaa09693692261)
 
Place of Performance
Address: Fort Jackson, SC, Fort Jackson, South Carolina, 29207, United States
Zip Code: 29207
 
Record
SN04424338-W 20170308/170306234626-9085920f90509f99ebbaa09693692261 (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.