SOURCES SOUGHT
S -- Full Food Service at Fort Irwin, CA - Draft FFS PWS
- Notice Date
- 6/26/2017
- Notice Type
- Sources Sought
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
- ZIP Code
- 98433-9500
- Solicitation Number
- W9124B-17-R-0015
- Point of Contact
- Alfonso Nolasco, Phone: 2539820105
- E-Mail Address
-
alfonso.nolasco.civ@mail.mil
(alfonso.nolasco.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft of FFS PWS SOURCES SOUGHT FOR FULL FOOD SERVICES INTRODUCTION The Mission and Installation Contracting Command, Joint Base Lewis-McChord, WA is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for a full food service contract. Full food service includes dining facility management functions, food preparation, facility sanitation and janitorial duties. The intention is to procure these services on a competitive basis Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. The Government will consider all Small Business Set-Aside categories. PLACE OF PERFORMANCE Location: The Logistics Readiness Center, Dining Facility Building 254 at Fort Irwin, CA. Fort Irwin, CA. is located approximately 37 miles northeast of Barstow, CA in the High Mojave Desert midway between Las Vegas, NV and San Bernardino, CA. DISCLAIMER This sources sought is for informational purposes only. This is not a Request for Proposal (RFP). It does not constitute a solicitation and readers shall not construe it as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this sources sought is strictly voluntary. The Government will not return responses to the responder. Not responding to this notice does not preclude participation in any future request for proposals. If the Government releases solicitation, the Government will synopsize it on the Government - Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. PROGRAM BACKGROUND The Logistics Readiness Center (LRC) is the logistics support organization for Soldiers, tenant units, Rotational Training Units and reserve component units at Fort Irwin. REQUIRED CAPABILITIES The Contractor shall provide Full Food Service services for LRC. Further detail is provided in the attached draft Performance Work Statement for Full Food Service (See Attachment 1). ELIGIBILITY The applicable NAICS code for this requirement is 722310 with a Small Business Size Standard of $38.5 Million. The Product Service Code is S216. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ESTIMATED PERIOD OF PERFORMANCE 12 month base plus four option years. ANTICIPATED CONTRACT TYPE The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.3) CAGE/DUNs number. The Government will evaluate market information to ascertain potential market capacity to provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated. Interested vendor's documentation should address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? Please provide details. 2.) What specific technical skills does your company possess which ensure capability to perform the tasks? 3.) Currently, the Government is contemplating a pricing schedule that will have lines for firm fixed pricing and a reimbursable line for consumable supplies. Does industry have any concerns with this type of pricing schedule and if so, what are those concerns? 4.) 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. 5.) Identify how the Army can best structure the contract requirements to facilitate competition by and among small business concerns. 6.) Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified services. 7.) Respondents to this notice should also indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Interested vendors should submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12 pm (PST), 10 July 2017. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. The Government will not accept or acknowledge telephone inquiries. The Government will not provide feedback or evaluations to vendors regarding their submissions. E-mail all responses to the Contract Specialist, Al Nolasco at alfonso.nolasco.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c1022c542806d9d953792cff2c6ed680)
- Place of Performance
- Address: Fort Irwin, CA, Fort Irwin, California, 92310, United States
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN04557283-W 20170628/170626234502-c1022c542806d9d953792cff2c6ed680 (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 |