Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SOLICITATION NOTICE

S -- FOOD SERVICES for Sherman Indian High School

Notice Date
12/8/2020 7:14:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
 
ZIP Code
87104
 
Solicitation Number
140A2321Q0039
 
Response Due
12/14/2020 12:00:00 AM
 
Archive Date
12/29/2020
 
Point of Contact
Johnson, Mary Jane
 
E-Mail Address
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Awardee
null
 
Description
THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 14.80.201. The Bureau of Indian Affairs (BIA) is soliciting offers to provide services to: (1) Provide during academic school months, a total Student Meal Program at Sherman Indian High School (SIHS), Riverside, California (2) ensure that SIHS qualifies for breakfast and lunch meal reimbursement under the USDA Breakfast & Lunch Reimbursement Program, and remains in compliance with all applicable regulations for the reimbursement program as administered by the State of California, Department of Education. TABLE OF CONTENTS SECTION B -- Supplies or Services and Prices B.1 PRICE/COST SCHEDULE B.2 Wage Determination SECTION C -- Descriptions and Specifications C.1 STATEMENT OF WORK C.2 BACKGROUND INVESTIGATION C.3 FEDERAL TRAVEL REGULATIONS C.4 NON-PERSONAL SERVICES SECTION D -- Packaging and Marking D.1 PERFORMANCE EVALUATION D.2 EVALUATION FORM SECTION G � Contract Administration SECTION I -- Contract Clauses SECTION J -- List of Documents, Exhibits, and Other Attachments Wage Determination 2015-5629, Rev 13 dated 7/16/2020 SECTION M EVALUATION FACTORS FOR AWARD SECTION B -- SUPPLIES OR SERVICES AND PRICES B.1 PRICE/COST SCHEDULE Base Year: Period of Performance: 1/1/2021 to 12/31/2021 Sherman Indian High School Food Services Sub Total: Base Year: $_____________ Option Year: 1: Period of Performance 1/1/2022 to 12/31/2022 Sherman Indian High School Food Services Sub Total: Option Year 1: $_____________ Option Year: 2: Period of Performance: 1/1/2023 to 12/31/2023 Sherman Indian High School Food Services Sub Total: Option Year 2: $_____________ Option Year: 3: Period of Performance: 1/1/2024 to 12/31/2024 Sherman Indian High School Food Services Sub Total: Option Year 3: $_____________ Option Year: 4: Period of Performance: 1/1/2025 to 12/31/2025 Sherman Indian High School Food Services Sub Total: Option Year 4: $_____________ GRAND TOTAL: $__________________ B.2 WAGE Determination Contractor is to include price rate based the below Wage Determination: Wage Determination No: 2015-5629 Revision NO: 13 Date of Last Revision: 07/16/2020. SECTION C � DESCRIPTIONS AND SPECIFICATIONS C.1 Statement of Work Statement of Work SECTION C - 1 1.1 General Information 1.1.1 Sherman Indian High School (SIHS) is operated by the U.S. Department of the Interior (DOI), Bureau of Indian Affairs (BIA), Bureau of Indian Education (BIE). The purpose of this service contract is for contractor provided services to: (1) Provide the total Student Meal Program at SIHS, Riverside, California, under continued compliance with the applicable laws and regulations listed under Item 1.1.8 below; (2) Ensure that SIHS qualifies for Breakfast and Lunch Meal Reimbursement under the USDA Breakfast & Lunch Reimbursement Program, and remains in compliance with all applicable regulations for the reimbursement program as administered by the State of California, Department of Education. Each school year, the student enrollment population starts around 420 and typically may decrease to about 320 at the end of the school year. The Contract shall provide all services necessary to implement the total Student Meal Program, including menus for breakfast, lunch, dinner, Holiday Special Meals, all labor & supervision, meal preparation, food ingredients/items, ""snack"" food items, janitorial services (daily cleaning of cafeteria, bathrooms, including dishwashing of trays, student dishes), janitorial supplies (cleaning solutions, dishwashing detergent, sprays, disinfectants, etc.) and equipment (mops, brooms, rags, etc.), etc. The services will only be provided following the academic calendar, which can vary from school year to school year. During time periods for summer vacation and Christmas break, no services will be provided. In the event, should the State of California, Department of Education determine noncompliance with the applicable regulations, which results in a suspension of reimbursement, or results in a decrease of reimbursement, or requires SIHS to return reimbursement funds, the contractor shall reimburse SIHS the actual damage amount (actual amount as determined by the State of California, Department of Education). 1.1.2 The Government intends to issue an award for the Base Period. a. There will be a possible four (4) Option Years, the Contractor is not to interpret or assume this to mean an automatic extension to the Contract. b. Contractor services shall only be provided during the months that school is in session (no services are required during the Christmas Break and Summer Break). The School Academic Calendar will vary from year to year. 1.1.3 At no time is the contractor responsible for the supervision of the students. During meal periods, SIHS is solely responsible for student supervision. 1.1.4 SIHS will provide the student cafeteria facility with major kitchen ""as is"" equipment, including student meal trays, bowls and plastic tumblers. a. Contractor has the option to provide, Styrofoam, paper or meet green product specifications. b. Contractor shall provide silverware/eating utensils. c. The contractor shall be required to provide all needed kitchen wares (pots, pans, steam trays, etc.), cleaning supplies and cleaning equipment. 1.1.5 Approximate Performance Periods: Base Period 1/1/ 2021 --12/31/ 2021 Option Year One 1/1/2022 -- 12/ 31/ 2022 Option Year Two 1/1/2022 -- 12/ 31/ 2023 Option Year Three 1/1/2023 -- 12/ 31/ 2024 Option Year Four 1/1/2024 -- 12/ 31/ 2025 For the purposes of bidding for the base period estimate 194 weekdays days and 34 weekends (68 days). 1.1.6 The contractor will implement a twenty-one (21) day menu for the USDA Agricultural standards for approval 4 week before planned date, a. Meals will be provided to high school age students, three (3) meals per day, seven (7) days a week. b. All meals must be home style prepared in the SIHS school cafeteria by the contractor staff. c. Snacks (NSLP �After School� Snack Program) will be provided on academic school days per the academic calendar. Snacks are served after school at approx. 3:30pm 1.1.7 Sherman Indian High school shall be solely responsible for the physical school cafeteria structure in compliance with the Cal Code ""physical facilities""& Environmental Health and Safety Survey By Indian Health Services 1.1.8 Per the Environmental Health and Safety Survey By Indian Health Services The Contractor will not receive more than 5 �Violations, those identified in the �corrected by� field as �immediately� must be corrected within 24 hours, all others up to 7 calendar days to remedy for non-critical violations. No more than two �Critical� violations reported, these must be remedied immediately. There are to be no �Repeat Critical� violations. 1.1.9 The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. Applicable regulations include, but are not limited to: a. California Uniform Retail Food Facilities Law (CURFFL) b. National School Lunch Programs(7 CFR, Part 210), School Breakfast Program (7 CFR, Part 220)/ NSLP After School Snack Program California Department of Education (offer vs serve) c. California Health and Safety Code that relates to the operation of a Retail Food Facility (Commonly referred to as ""CAL Code"") d. County of Riverside, Department of Environmental Health, Food Facility Operator's Guide e. U.S. Food and Drug Administration, Food Code 2009 f. Hazard analysis and critical control points, or HACCP g. ISO 22000 - Food Safety Management Systems - - Requirements for any organization in the food chain h. Sherman Indian High School Student Handbook i. Environmental Health and Safety Survey by Indian Health Services SECTION C - 2 2.1 CONTRACTOR PERSONNEL a. Employee Certification: All contractor personnel must be in compliance with Homeland Security, DOI regulations and policy. b. All contractor employees must obtain a positive result to a required background investigation. 2.1.1 In compliance with FAR Clause 52.226-1 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, the contractor shall recruit, and shall provide hiring preference to Native American Indian/Native Alaskan Applicants. 2.1.2 On-Site Project Manager: a. The Contractor's Project Manager shall have the required Food Manager ServSafe Certification: the contractor shall provide the COR with a copy and the contractor shall have the certificate posted in the SIHS cafeteria. b. The Project Manager shall have oversight responsibility for the Contractor personnel's performance of work. c. The name of this person and an alternate (or alternates) who shall act for the Contractor when the manager is absent shall be designated in writing to the Contracting Officer. 2.1.4 The Project Manager and/or alternate shall have full authority to act for the Contractor on all contract matters relating to the delivery and performance of services. 2.2 GENERAL - CONTRACTOR EMPLOYEES 2.2.1 All Contractor employees shall have a County of Riverside Food Worker's Certification (Food Handlers Card). a. Copy of the Food Handler's card shall be posted in the cafeteria and copies submitted to COR for all employees. 2.2.2 The Contractor shall not employ persons for work on this contract if such employee is considered by the Contracting Officer to create the appearance of a conflict of interest, be a potential threat to the health, safety, security, general well-being, or operation mission of the Government/BIE, its employees and its service population. 2.2.3 Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. The Government, when necessary, will provide to all Contractor employees appropriate required site badges, identification cards, etc, necessary for access to the duty station site. 2.2.4 Contractor personnel shall not be considered employees for purposes of the contract until a favorable background screening has been obtained. No training will take place for any potential employee until a favorable background screening has been obtained. 2.2.5 Contractor personnel, when in the context of performing duties under this Service Contract, will have interaction with the students, visitors to the school, School staff, etc. in order to effectively provide services. 2.2.6 Contractor must have an approved list of substitutes/alternative list of names of employees who may be used for substitutes for other than normally assigned staff. If alternative/substitutes other than normally assigned personnel to this contract, the contractor must: a. Notify the COR prior to the employee showing up to work site. Initial notice can be verbally, but must be followed by email/written notification. b. Provide the COR with the name of the employee who is will be substituted from an approved list of substitutes. c. Provide COR and Security Office with the length of time the substitute will be required to perform duties on site. 2.2.7 Adverse incidents that result in an employee being dismissed or separated for any reason, the Contractor shall immediately notify the COR verbally followed by email/written notification. The COR shall be notified of the reason the employee left, if known. All site identification shall be returned to the COR. 2.2.8 Employee Health Standards. The Contractor and the Contractor's employees shall strictly comply with the CAL Code, Part 7, Article 3 Employee Health, and the County of Riverside, Food Facility Operator's Guide. 2.2.9 CAL Code Article 6 - Health. The contractor shall inspect all employees occasional for work for any evidence of communicable disease to include boils, infected wounds, open sores, or acute respiratory infection. 2.2.10 Per FAR Clause 52.223-06 ""Drug Free Work Environment"", Sherman Indian High School is a ""Drug Free"" site, this includes tobacco items. The use, possession or sale of alcoholic beverages, tobacco products, or illegal drugs by Contractor personnel while on duty is strictly prohibited. The Contractor shall immediately remove any employee who uses, possesses, or sells alcohol or drugs while on board the unit. Removal of the employee for such causes does not relieve the Contractor of the requirement to provide sufficient personnel to adequately perform services. 2.2.11 Contractor employees shall not remain at the SIHS after the end of their work shift. Upon completion of their assigned shifts, employees shall promptly depart from the school campus and/or cafeteria facilities. 2.2.12 Visitors-Contractor employees shall not receive visitors without the express permission of the COR. 2.2.13 In compliance with FAR Clause 52.223-18 Contractor Policy to Ban Text messaging While Driving, and the DOI Policy - Prohibition on Texting While Driving, the Contractor should have an enforced ""No Texting While Driving"" company policy. 2.2.14 The government reserves the final right to request the removal or reassignment of an contractor employee at any time. 2.2.15 Contractor staff shall not have cellphones on their person in the performance of their duties. SECTION C - 3 3.1 PERSONNEL SECURITY BACKGROUND INVESTIGATION REQUIREMENTS 3.1.1 In accordance with DOI BIA Departmental Manual requirements, each Contractor and Contractor employee providing on-site services under this Service Contract must be able to obtain a positive background ""screening"" and ""investigation."" Costs for Background Investigations is borne by SIHS. 3.1.2 The Contractor shall use OPM guidelines to identify and eliminate any applicant whom they knowingly determine such employee would not meet the minimum standard of character (PL 101-630, PL 101-647) for a security clearance. Disqualifying factors: other than honorable military discharges, Any statutory debarment issue, loyalty or terrorism issue, any evidence of dishonesty in the application or examination process, issues relating to: pattern or abuse of alcohol or illegal drugs, rape, sexual assault, or other criminal conduct, dishonest conduct, disruptive or violent behavior, rioting or violent behavior, destruction of property, felony conviction, illegal us of firearms/weapons. 3.1.3 When an offer of employment has been accepted by a new contractor employee, the Contractor's Personnel Office will provide the required background investigation forms to each employee for their immediate completion. The contractor's employee will return the finished forms to the Contractor's Personnel Office. The Contractor's Personnel Office will perform a quality check on the forms to ensure the forms are properly completed. 3.1.4 The Contractor's Personnel Office will forward all required forms and charts to the COR. Upon receipt of the Contractor employee's completed background investigation forms, the COR will submit them to Sherman Indian HS Business Office. The Business Office will transmit package to BIE Albuquerque Security Program Office for processing. The basic forms required for the screening and to initiate a background investigation include (subject to change): (a) OPM Optional Form (OF) 306, Declaration of Federal Employment (b) FD 258, Applicant (2 Fingerprint Card) (c) Notarized Release of Information (d) Applicant Screening Questionnaire (e) Email address 3.1.5 When the COR forwards the security package Sherman Indian HS Business Office, the COR will provide a courtesy email of the submittal to the Contractor's Personnel Office. The official start date will be contingent upon the individual's positive ""screening"" result, followed by obtaining a positive adjudication result for the background security investigation. 3.1.6 The COR shall notify the Contractor's Personnel Office when the contractor employee has been successfully ""screened"" by the BIA Albuquerque Security Office. At that time the contractor employee can be begin work. 3.1.7 Completion of the Background Investigations by the Government may take up to 12 months. The COR will notify the Contractor's Personnel Office of the results of the background investigation. 3.1.8 The designated Contracting Officer's Representative (COR) is responsible for the coordination of all background investigation actions with the Contractor's Personnel Office. All communication regarding Security Requirements are ONLY between the COR and the Contractor's Personnel Office - NO EXCEPTIONS. The Contractor and/or Contractor employees are to refrain from direct contact with the BIA Albuquerque Security Office . SECTION C - 4 4.1 QUALITY CONTROL (Plan to be provided by Contractor). 4.1.1 The contractor shall provide a Standard Operating Procedure (SOP) document. a. The Student Meal Program and contractor's services shall meet all applicable regulations listed under 1.1.8. b. The menus and served student meals must meet the meal and nutritional requirements and standards for the USDA Breakfast & Lunch & NSLP After School Snack Program /State of California, Department of Education. The daily meal caloric and nutritional count shall be as close to the maximum as possible NSLP/USDA guidelines (See 6.7.1.1, Menu Submissions). The program is subject to review and inspection by the USDA National School Breakfast Program & National School Lunch Program & NSLP After School Snack Program /State of California, Department of Education. 4.1.2 Upon award of contract, the Contractor shall submit a Quality Control Plan (QCP) and draft SOP to the Contracting Officer for review and acceptance within ten (10) work days after the Award Date. The contractor's QCP is to meet or exceed all applicable regulations listed under 1.1.8. The Contracting Officer will notify the Contractor of acceptance and/or required modifications to the contractor�s QCP and SOP. The Contractor shall make appropriate modifications. 4.1.3 Quality Control Plan (QCP). The contractor shall develop, and maintain a QCP inspection system that encompasses all functions of the contract in compliance with all applicable rules, regulations, and law as identified under 1.1.8. The QCP inspection system shall be designed to keep the Contractor's management and the Sherman Indian High School informed of all issues affecting quality to include timely and effective actions. The contractor shall ensure that the QCP includes timely and effective corrective action for all deficiencies identified by the Government. 4.1.4 The QCP may include the following: a. Introduction to the Quality Control System. 1. Background and Compliance with the applicable regulations identified in Item 1.1.8. 2. Objectives in using Quality Control 3. Successes with and updates for the System b. Add to evaluation? 1. Food Service Quality Control Process 2. Steps & Flow Diagram (CAL Code Chapters 1 through 8) 3. Inspection Process 4. Means of Identifying and Resolving Problems 5. Roles and Responsibilities c. Specific Quality Control Functions. 1. Food item transporting (CURFFL) 2. Equipment Cleaning Schedule (CAL Code Chapter 5) 3. Housekeeping Plan (CAL Code Chapter 9) 4. Conservation of Utilities. 5. Barbecue meals (CAL Code, all applicable Chapters & sections) 6. Government Equipment Inventory 7. Hazard analysis and critical control points, or HACCP 8. ISO 22000 - Food Safety Management Systems -- Requirements for any organization in the food chain. 4.2 QUALITY ASSURANCE 4.2.1 The contractor shall correct deficiencies in compliance with FAR Clause 52.246-04 (a) Inspection of Services - Fixed Price. 4.2.2 In compliance with the FAR Clause 52.246-4 Inspection of Services, the Government will evaluate the Contractor's performance under this contract. For those tasks listed on the Frequency Schedule Exhibit/Performance Requirement's Summary (PRS), the COR will follow the methods of surveillance specified in this contract, and will make written record of all surveillance observations. 4.2.3 The COR shall administer the contract in compliance with the Designation of Contracting Officer�s Representative (COR) memorandum. 4.2.4 To facilitate the surveillance of the contractor's quality Plan and SOP by the Government, the COR will verify contractor compliance with designated performance requirements. In addition, for noncompliance and/or untimely corrective action to deficiencies of specific tasks, the contractor shall be subject to re-performance. With this intent, the surveillance approach may not be one that stays the same throughout the duration of the contract. The COR will periodically update the surveillance approach as need. The COR will inspect the contractor's QCP regularly for compliance with the requirements. 4.2.5 Specific Quality Assurance Functions. The COR shall establish an Inspection System using the Quality Checklists from the Contractor's QCP and/or SOP. The COR shall perform the following quality assurance actions: a. The COR and/or Contractor shall schedule and conduct contract performance meetings as necessary. All meetings and discussion shall be documented for signature by both the COR and the Project Manager, email shall be considered documentation when used. The Contractor's signature indicates acknowledgement of the content of the documentation, but does not denote concurrence with the content. The contractor may provide written statements regarding non-concurrence content, to the COR, within five (5) calendar days of signing the meeting documentation. b. The COR may conduct inspections at any time. c. Review recommended menu ""substitution"" food items, and/or changes. d. Provide inspection report(s) to the Contractor and Contracting Officer. e. Implement correction action in response to all regulations listed under Section C7. f. Conduct customer surveys; validated survey results; communicate survey results with Contractor. g. Conduct annual inventory of all Government Provided Property with the Contractor. h. Schedule Kitchen equipment/building maintenance and/or replacement. i. Complete all required Quality/Performance Evaluation. SECTION C - 5 5.1 GOVERNMENT-FURNISHED PROPERTY - GENERAL INFORMATION 5.1.1 Government-Furnished Facilities: The Government shall provide the SIHS School Cafeteria work site, and parking for the contractor's employees at a designated location. 5.1.2 Government-Furnished Equipment - The school cafeteria building and equipment as stated on the inventory sheet is provided ""AS IS."" 5.1.2.1 Equipment Inventory (Accountable and Non-Accountable). a. The Contractor and COR shall conduct a joint inventory of Government-furnished equipment with both parties signing the inventory. b. The Contractor and COR shall jointly determine the working order and condition of all equipment and document their findings on the inventory. c. In the event of disagreement between the Contractor and the COR on the working order and condition of equipment, the disagreement shall be treated as a dispute under the FAR Contract Clause entitled ""Disputes."" 5.1.2.2 The Contractor shall keep the COR advised of the condition of all equipment in regard to normal operational wear and tear as it affects the operation of such equipment. 5.1.2.3 Repair of Government-Furnished Equipment: When repair of Government-furnished equipment is needed, at no fault of the Contractor, but due to fair/normal wear and tear in normal proper use of the equipment, the Contractor shall submit a written request for the necessary repair of the equipment required in the performance of the contract. Any repairs deemed the fault of the contractor either by admission, mutual agreement, or result of third party determination shall be performed within 30 days of said finding or immediately if needed for day to day operations. If repairs are not made by specified time frame SIHS will make arrangement for repairs and deduct costs from the contractor�s next invoice. 5.1.2.4 Obtaining Replacement of Government-Furnished Equipment - The Contractor shall submit requests for replacement of government furnished equipment to the COR for processing. Such requests shall specify the reason for the replacement request. 5.1.2.5 Third compartment sink is provided. Third compartment is used for hot water emersion and sanitizing at minimum temperature of 171 degrees. 5.1.2.6 Hi temp dishwashing shall only be used for student trays, cups, bowls, and utensils. The Hi Temp dishwasher shall not be used for pots, pans, sheet pans etc. 5.1.2.7 Propane tanks refilled as needed. 5.2 Government Provided Services: The following services will be provided to the contractor during the performance of the contract at no cost to the contractor. 5.2.1 Utilities. The Government will provide gas, electricity, refuse disposal, sewage, heating fuel, and water The Contractor shall use energy conservation techniques to control the unnecessary use of energy. 5.2.2 Telephone. The Government will provide a telephone (extension # under the School's phone system) for the Contractor's use. No personal long distance phone calls shall be allowed. Service interruption will not be considered a disruption to the communication process. It is strongly recommended that the vendor provide an alternate means for communication such as a cell phone. Internet access will be made available but a vendor owned wireless hot spot for redundancy is strongly recommended. SIHS is not responsible for any business conducted by the vendor over the internet or provided telephone services. Access to the federal system if required by the gov�t, will require successful completion of the Federal Information Security Systems Awareness (IMT/FISSA) training (includes Record Management and Privacy Act modules). 5.2.3 Building Maintenance and Repairs. The COR will schedule all maintenance and/or repair work. 5.2.4 Refuse Collection. The Contractor shall place all refuse in the school cafeteria dumpsters. 5.3 Government-Furnished Records 5.3.1 All records maintained and/or created under this contract are the sole property of the Government. Upon exiting the Agency/Regional Office worksite location, all records (hardcopy and electronic) are to be delivered to the Government, NO EXCEPTIONS. 5.3.2 The Contractor shall comply with the Government records management policies and directives. SECTION C - 6 6.1 CONTRACTOR-FURNISHED ITEMS AND SERVICES - GENERAL INFORMATION 6.1.1 The Contractor shall provide Meals and Janitorial Services (personnel and supervision, food, supplies, kitchen wares, cleaning supplies and cleansers) necessary to perform the SIHS Student Meal Service Contract. The Contractor shall perform all services in compliance with all applicable Federal, State and local laws, executive orders, rules and regulations including but not limited to: a. California Uniform Retail Food Facilities Law (CURFFL) b. National School Lunch Programs(7 CFR, Part 210), National School Breakfast Program (7 CFR, Part 220)/ NSLP After School Snack Program / California Department of Education c. California Health and Safety Code that relates to the operation of a Retail Food Facility (Commonly referred to as ""CAL Code"") d. U.S. Food and Drug Administration, Food Code 2009 e. Hazard analysis and critical control points, or HACCP f. OSHA Accident or Incident tracking g. Environmental Health and Safety Survey by Indian Health Services Except for those items or services specifically stated in Section C-5 as Government-furnished, the Contractor shall furnish all personnel, supervision, food items, supplies, kitchen wares, cleaning supplies, cleansers and transportation, six week menu, meal preparation services and cleaning services to perform this contract according to all its terms. The Contractor will provide all cafeteria non-food supplies and materials (cleansers, disinfectants, detergents, mops, mop buckets, brooms, paper products, etc.) which must meet the Bio based Products (FAR Clause 52.223-02). 6.1.2 Contractor shall ensure that the Material Safety Data Sheets (MSDS) are accessible at location. 6.1.3 The contractor may provide their own additional equipment (energy star rated equipment) when approved by SIHS Facility Management. The Government/SIHS would assume no responsibility for any damage or loss to the contractor�s equipment. 6.2 Hours of Operation / Tour of Duty - The serving hours may vary from year to year. A New schedule will be sent to Contractor annually . 6.2.1 Meals Serving Hours Weekdays - The contractor is expected to be flexible to the changes to the academic school schedule, which may include, testing days, minimum days, assembly days, and Regular days. Any meal hour changes must be coordinated and agreed upon by the COR and On-site Contractor Management. Serving times will end a minimum of 15 minutes before the end of the meal, see example below. Students who are late or miss the serving time will need to be serviced by Sherman Indian High School through other means. Breakfast Lunch Dinner Weekdays 6:55- 7:40 AM 12:38 - 1:28 PM 6:00 - 7:00 PM Weekend/Holidays 8:00 - 9:00AM 12:00 - 1:00 PM 5:00 - 6:00 PM 6.2.2 For the Base Period, on-site meal service dates shall begin approx. TBD. The contractor shall propose (under their Technical Approach Proposal) the dates for employees to report to work prior and after the actual meal service dates. 6.2.3 No services will be required on the following list of observed days: School Christmas Break TBA (Approx. December 18, 2021 - January 09, 2021) Summer Months TBA (Approx. June 11, 2021 - TBD) 6.2.4. a. Specialty Meal (Specialty Price) Once a month, celebrate student birthdays within that month at the dinner meal and provide a birthday cake. The COR shall schedule the date for the birthday meal each month. The contractor is encouraged to decorate for the meal. 6.2.4. b. Once a month have an all campus BBQ. The CORwill schedule each month with meal time. When weather permits have additional 3 times a month picnic style serving outdoors. Contractor manager to advise COR of desired date(s) 7 days in advance for COR approval. 6.2.4. c. Parent Teacher Conference Lunch BBQ is scheduled for October meal numbers and date may change. 6.2.4. d. Showcase lunch BBQ is scheduled for April (meal numbers and date may change). 6.3. Holiday Dinners 6.3.1 Holiday Dinner Meals (Thanksgiving / Christmas / Easter). The contractor shall provide menus that recognize the holidays. a. Thanksgiving b. Christmas c. Easter 6.3.2 Holiday Dinner Menu. The contractor shall provide menus that recognizes the following holidays. a. September - Native American Day - Indian Tacos with condiments b. October - Halloween c. November - Thanksgiving d. December - Christmas e. January - New Year f. February � Super bowl g. March - St. Patrick�s Day h. Easter (March or April) i. May - Graduation /Summer Break 6.3.3
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9aade4e4f8474a668a8bde8310495b4e/view)
 
Place of Performance
Address: 9010 Magnolia Ave, Riverside, CA 92503, USA
Zip Code: 92503
Country: USA
 
Record
SN05868915-F 20201210/201208230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.