SOLICITATION NOTICE
S -- Dining Facility Services - Draft PWS
- Notice Date
- 3/28/2017
- Notice Type
- Presolicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9301-16-R-0010
- Archive Date
- 4/29/2017
- Point of Contact
- Nicholas Gava, Phone: 661-277-8470, Jenna A. Jacobson, Phone: 6612772094
- E-Mail Address
-
nicholas.gava.2@us.af.mil, jenna.jacobson@us.af.mil
(nicholas.gava.2@us.af.mil, jenna.jacobson@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Draft Performance Work Statement This synopsis for Edwards AFB Dining Facilities (DFAC) commercial services is prepared in accordance with the format in Subpart 5.207(a) of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the synopsis only and shall not be considered a solicitation. No proposals shall be submitted in response to this synopsis. This requirement is planned to be advertised as follows: Total HUBZone set-aside, Firm Fixed Price (FFP) contract type, and a North American Industry Classification (NAICS) Code of 722310 - Food Service Contractors. The Edwards AFB food service operation consists of one main dining facility currently located at the Joshua Tree Inn and the In Flight kitchen. These facilities are dedicated to providing full meal service and meeting the nutritional needs of Department of Defense (DoD) personnel who frequent the facilities. The Joshua Tree Inn Facility is a full service dining facility to include carryout service. The In Flight Kitchen (co-located in the Joshua Tree Inn) provides boxed meals for passengers and crews in support of flying missions on a 24-hour basis and to customers requesting them in support of ground operations. Contractor shall provide all personnel, supervision, and any items and services necessary to perform full food services at Edwards AFB (EAFB) as defined and accepted in this Performance Work Statement (PWS). The contractor shall perform all requirements, conform to the professional standards, and follow all applicable instructions and directives as identified by this PWS. Contractor tasks include, but are not limited to, the following: Dining Facility Management, cooking and food preparation; food ordering; garnishing serving lines, holiday decorations, serving and replenishing food; preparing vegetables and fruits for the salad bar, separate cold sandwich deli line, banana split special (sundae bar), potato bar and taco/pasta bar. The contractor is also responsible for cleaning the facility, maintaining equipment to include the five year plan and utensils; clean and sanitize dining areas as well as performing cashier services. The contractor shall handle foods, supplies, and equipment while maintaining quality control; ensuring operator maintenance and minor/major repair of food service equipment; and in the event of contingency, perform all required tasks to ensure continued service. The contractor shall update and maintain all data in the Corporate Food System Database as required, as well as perform various reconciliation and maintenance in Net Chef /Café, Stores Web, ESM maintenance and Aloha Enterprise. The contractor is expected to utilize all approaches within the constraints of the contract, to effectively and efficiently accomplish the requirements of this PWS in a timely manner, at reasonable cost and in a fashion, which encourages pride in the work performed. The contractor is responsible for meeting all standards of the Air Force Golden Eagle Standards and duties listed on AF Form 1038. The estimated quantities of work are listed in Appendix 2, Workload Estimates. A draft version of the Performance Work Statement and base support equipment list are attached. The anticipated period of performance will consisit of a one year basic (01 June 2017 - 31 May 2018--to include 10 work days for transition) with four one-year options. This acquisition is subject to the Randolph-Sheppard Act,, 20 USC 107, et seq.. The Act requires that the agency give priority in the award of this contract to the State Licensing Agency (SLA) subject to the terms and conditions of the solicitation. A Collective Bargaining Agreement applies to this requirement. The RFP is tentatively scheduled to be posted on approximately 14 Apr 2017. It will be available via www.fbo.gov. All responsible businesses and the SLA may submit a proposal in accordance with the solicitation and shall be considered. Interested parties should monitor www.fbo.gov for issuance of the solicitation and associated documents. Interested parties will not be directly notified of the solicitation posting. All prospective offerors must be registered in the System for Award Management (SAM) prior to award with any DoD agency. Registration may be accomplished at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-16-R-0010/listing.html)
- Place of Performance
- Address: 5 S. Wolfe Ave., Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04450006-W 20170330/170328235205-7f2592fddbef353056f7537ed608f1e2 (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 |