|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1997 PSA#1870GSA, PBS, 450 Golden Gate Avenue, San Francisco, CA 94102-3434 73 -- BRANDED FOOD COURT/CAFETERIA SERVICES SOL GS-09P-97-KSC-0047 DUE
062397 POC Jeffrey T. Fines, (415) 522-3383. DESCRIPTION REQUIREMENTS
-- This is a combined synopsis/solicitation for commercial items
prepared in accordance with the Federal Acquisition Regulation (FAR)
format in Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. SCOPE OF WORK -- The contractor shall provide all
labor, materials, equipment and supervision (except as otherwise
provided) to provide a "branded food court" facility at the Internal
Revenue Service Center located at 5045 E. Butler Avenue, Fresno, CA.
"branded" is defined as consumer-recognized restaurant and food
manufacturer brands. The contractor shall plan, schedule, coordinate,
design, construct (subject to government approval and utilizing the
most recent version of "AIA Master Specs") and assure facility
effective performance of the "branded food court" facility to the IRS
tenants. There shall be a minimum of four(4) different "branded" food
selections available for each meal. Service shall be prompt, efficient
and courteous and avoid undue interference with the operation of the
building in which services are provided. FAR REQUIREMENT: FAR 52-212-1
is applicable, FAR 52-212-2 EVALUATION-COMMERCIAL ITEMS (OCT. 1995)
(a) The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be the most advantageous to the Government. The
following factors shall be used to evaluate offers, in descending order
of importance: (i) Past Performance -- each offeror will be evaluated
on his/her performance under existing and prior contracts for similar
products or services. The Government will focus on information that
demonstrates quality of performance relative to the size and complexity
of the procurement under consideration. References other than those
identified by the offeror may be contacted by the Government with the
information received usedin the evaluation of the offer's past
performance. (ii) Experience -- offerors shall submit a list of at
least three SIMILAR contracts completed during the past three years
(with at least one year of performance completed on each) and all
contracts currently in process. Contracts listed may include those with
the Federal Government, agencies of state and local Government's and
commercial customers. For each contract provide contract numbers,
points of contact with telephone numbers and any other relevant
information. (iii) Financial consideration: A percentage of the net
revenue payable monthly to the government, percentage to be included in
contractors proposal. (IV) Types of branded foods. (V) Comparative cost
of menu items/variety. Government intends to evaluate proposals and
award a contract without discussions with offerors (except
communications conducted for the purpose of minor clarification).
Therefore each initial offer should contain the offeror's best terms
from a price and technical standpoint. However, the Government reserves
the right to conduct discussions if later determined by the Contracting
Officer to be necessary (b) Options. Evaluation of options shall not
obligate the Government to exercise the option(s). (c) A written notice
of award or acceptance of an offer, mailed or otherwise furnished to
the successful offeror within the time for acceptance specified in the
offer, shall result in a binding contract without further action by
either party. Before the offer's specified expiration time, the
Government may accept an offer (or part of an offer), whether or not
there are negotiations after its receipt, unless a written notice of
withdrawal is received before award. (End of Provision) 52.212-3 --
Contractor will include a completed copy of this provision. 52.212-4 --
Contract Terms and Conditions -- Commercial Items is applicable.
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4),
insertthe following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 1996)
(a) The Contractor agrees to comply with the following FAR clauses,
which are incorporated in this contract by reference, to implement
provisions of law or executive orders applicable to acquisitions of
commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2)
52.233-3, Protest After Award (31 U.S.C 3553 and 40 U.S.C. 759). (b)
The Contractor agrees to comply with the FAR clauses in this paragraph
(b) which the contracting officer has indicated as being incorporated
in this contract by reference to implement provisions of law or
executive orders applicable to acquisitions of commercial items or
components: (Contracting Officer shall check as appropriate.) "X" (1)
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternate I (41) U.S.C. 253g and 10 U.S.C. 2402). "X" (2) 52.203-10,
Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C.
423). "X" (3) 52.219-8, Utilization of Small Business Concerns and
Small Disadvantaged Business Concerns (15 U.S.C. 637(d) (2) and (3)).
_(4) 52.219-9, Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan (15 U.S.C. 637(d)(4)). _(5) 52.219-14,
Limitation on Subcontracting (15 U.S.C. 637(a)(14)). "X" (6) 52.222-26,
Equal Opportunity (E.O. 11246). "X" (7) 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). "X" (8)
52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793).
"X" (9) 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212). _(10) 52.225-3, Buy
American Act -- Supplies (41 U.S.C. 10). _(11) 52.225-9, Buy American
Act -- Trade Agreements Act -- Balance of Payments Program (41 U.S.C.
10, 19 U.S.C. 2501-2582). _(12) [Reserved] (13) 52.225-18, European
Union Sanction for End Products (E.O. 12849). (14) 52.225-19, European
Union Sanction for Services (E.O. 12849). (15) 52.225-21, Buy American
Act -- North American Free Trade Agreement Implementation Act --
Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). (ii)
Alternate I of 52.225-21. (16) 52.239-1, Privacy or Security Sageguards
(5 U.S.C. 552a). (17) 52.247-64, Preference for Privately Owned
U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor
agrees to comply with the FAR clauses in this paragraph (c), applicable
to commercial services, which the Contracting Officer has indicated as
being incorporated in this contract by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components: (Contracting Officer check as
appropriate.) "X" (1) 52.222-41, Service Contract Act of 1965, As
amended (41 U.S.C. 351, et seq.). "X" (2) 52.222-42, Statement of
Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et
seq.). "X" (3) 52.222-43, Fair Labor Standards Act and Service Contract
Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.
206 and 41 U.S.C. 351, et seq.). _(4) 52.222-44, Fair Labor Standards
Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41
U.S.C. 351, et seq.). _(5) 52.222-47, SCA Minimum Wages and Fringe
Benefits Applicable to Successor Contract Pursuant to Predecessor
Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et
seq.). (d) COMPTROLLER GENERAL EXAMINATION OF RECORD. The Contractor
agrees to comply with the provisions of this paragraph (d) if this
contract was awarded using other than sealed bid, is in excess of the
simplified acquisition threshold, and does not contain the clause at
52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General
of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of
the Contractor's directly pertinent records involving transactions
related to this contract. (2) The Contractor shall make available at
its offices at all reasonable times the records, materials, and other
evidence for examination, audit, or reproduction, until 3 years after
final payment under this contract or for any shorter period specified
in FAR Subpart 4.7, Contractor Records Retention, of the other clauses
of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made
available for 3 years after any resulting final termination settlement.
Records relating to appeals under the disputes clause or to litigation
or the settlement of claims arising under or relating to this contract
shall be made available until such appeals, litigation, or claims are
finally resolved. (3) As used in this clause, records include books,
documents, accounting procedures and practices, and other data,
regardless of type and regardless of form. This does not require the
Contractor to create or maintain anY record that the Contractor does
not maintain in the ordinary course of business or pursuant to a
provision of law. (e) Notwithstanding the requirements of the clauses
in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is
not required to include any FAR clause, other than those listed below
(and as may be required by an addenda to this paragraph to establish
the reasonableness of prices under Part 15), in a subcontract for
commercial items or commercial components -- (1) 52.222-26, Equal
Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a)); (3) 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793); and (4)
52.247-64, Preference for Privately-Owned U.S. -- Flagged Commercial
Vessels (46 U.S.C. 1241)(flow down not required for subcontracts
awarded beginning May 1, 1996). (End of clause) Pursuant to FAR
12.301(e)(2), the following FAR clauses are incorporated by reference
(Checked as appropriate): "X" 52.217-8 Option to Extend Services.
"X"52.217-9 Option to Extend the Term of the Contract. The solicitation
number GS09P97KSC0047 is being issued as a Request for Proposals. All
provisions and clauses are those in effect through Federal Acquisition
Circular FAC-90-45, dated JANUARY 2, 1997 and General Services
Administration Regulation Change 74, dated JANUARY 27, 1997. The SIC
code for this solicitation is 5812. This procurement IS NOT SET ASIDE
for Small Business. Proposals due on 06/30/97 Time 4:00 p.m. PST, at
GSA, Property Management Division, Contracts Section (9PMFC), 450
Golden Gate Avenue, 4th Floor East, San Francisco, CA 94102-3434. POC:
Mr. Jeffrey T. Fines, Telephone No. (415) 522-3383. Copies of
attachments and further information can be obtained by FAX request
(415) 522-3118, or by telephone request. The services will begin on
AUGUST 1, 1997, for a period of five years, with 2 five year options.
Wage determinations #95-0378, REV. 1 DATED 2/01/96, DATED 9/30/96 and
Davis Bacon Wage Rates are applicable. A pre-proposal conference canbe
arranged the IRS Fresno Service Center, 5045 E. Butler, by appointment
only by calling Mr. Jeffrey T. Fines. (0168) Loren Data Corp. http://www.ld.com (SYN# 0281 19970619\73-0002.SOL)
73 - Food Preparation and Servicing Equipment Index Page
|
|