Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1997 PSA#1975

439 LSS/LGC, 250 Airlift Drive, Westover Air Reserve Base, Chicopee MA 01022-1525

S -- FOOD SERVICE ATTENDANT SERVICES SOL F1961798T0162 DUE 112097 POC Theresa Elkins, 413/557-3835, Contracting Officer Michael LaFortune, 413/557-3508 This is a combined synopsis/request for quotation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This accouncement constitutes the only request for quotation/proposals are being requested and a written Request for Quotation/Solicitation will not be issued. This request for quotation incorporates provisions and clauses in effect through Federal Acquisition circular 97-2 and Defense Acquisition Circular 91-12. This is a 100% Small Business Set-Aside procurement for the following Food Service requirements: 1.1 SCOPE OF WORK. The contractor shall provide all personnel, equipment, materials, supervision, and other items and services necessary to perform the requirements of this Performance Work Statement (PWS). Performance Period: 14 November 1997 -- 14 December 1997. Contractor tasks may include but are not limited to, the following: a. Serving and replenishing food. b. Cleaning facilities, equipment, and utensils. c. Preparing vegetables and fruits prior to cooking, salads, and beverages. d. Bussing tables in dining areas. e. Handling foods, supplies, and equipment. f. Performing cook duties. g. Cashiering 1.2 PERSONNEL: 1.2.1 Contract Manager: The contractor shall provide a full-time contract manager on-site who shall be responsible for the performance of work and Quality Control. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily performance of this contract. They shall be able to read, write, speak, and understand English. 1.2.2 Employees: The contractor shall not knowingly employ persons for work on this contract if such employee is a potential threat to the health, safety, security, general well-being of the operational mission. 1.2.3 Personnel Hygiene/Sanitation: The contractor must during pre-employment interviews or post employment briefings ensure employee understanding and application of Personnel Hygiene habits and food code sanitation requirements. Records of these actions must be maintained by the contractor and available for inspection by the appropriate government personnel. 1.2.3 Uniforms: The contractor shall provide simple distinctive clothing to all employees so they may be readily identified as contractor employees. Supervisor's uniforms will be clearly different from normal contracted shift worker for easy identification to customers. Shoes shall be of sturdy construction and shall cover the foot for sanitation and safety reasons. 1.2.4 Personnel Listing: The contractor shall provide to the contracting officer a list of personnel employed on this contract. 1.2.5. Security Requirements: The contractor shall obtain vehicle passes/security passes as directed by in place installation guidance. 1.2.6 Contractor Personnel Meals: Contractor personnel who work in dining facilities may obtain food and beverages to be consumed in the facility up to 30 minutes before or after their shifts. 1.3 REQUIRED EMPLOYEES: Following is the job description of each category of employee required for this service: 1.3.1 Food Service Worker: Performs a variety of tasks concerned with the preparation and serving of foods and beverages. Washes, peels, scrapes, and cuts vegetables and fruits. Prepares simple salads and toast. Cuts butter and slices cakes and pies. Makes coffee, tea, and other beverages. Dishes out portions of foods on trays or plates, and pours beverages. Prepares dining and serving areas by setting up counters, stands, and tables. Places food containers in serving order, fills salt and pepper shakers, and places linen and silverware on tables. Scrapes, washes, and sorts dishes, glassware, and silverware. Cleans kitchen equipment, pots and pans, counters, and tables. Sweeps and mops floors. Other similar tasks as assigned. 1.3.2 Cashier: Receives cash from customers or employees in payment for goods or services and records amounts received. Recomputes or computes bill, itemized lists, and tickets showing amount due, using adding machine or cash register. Makes change, cashes checks, and issues receipts or tickets to customers. Records amounts received and prepared reports of transactions. Reads and records totals shown on cash register tape and verifies against cash on hand. May make credit card transactions. May be required to know value and features of items for which money is received. May give cash refunds or issue credit memorandums to customers for returned merchandise. May operate ticket-dispensing machine. May sell candy, cigarettes, gum and gift certificates, and issue trading stamps. Usually employed in restaurants, cafeterias, theaters, retail stores, and other establishments. 1.3.3 Level II Cook: Prepares in large quantities, by various methods of cooking, meat, poultry, fish, vegetables, etc. Seasons and cooks all cuts of various meats, fish and poultry. Boils, steams or fries vegetables. Makes gravies, soups, sauces, roasts, meat pies, fricassee, casseroles, and stews. Excludes food service supervisors and head cooks who exercise general supervision over kitchen activities. Other similar tasks as assigned. 1.3.4 Food Service Workers: There will be two dining facilities utilized for this exercise. The dining facility located on Galaxy Drive, Bldg 171 will have the following hours: Breakfast 0600-0800 Lunch 1100-1300 Dinner 1630-1830 Food Service Workers required for this facility will be 15 personnel during scheduled meal times, reduced to not less than 6 personnel between meals. Food Service Workers should arrive ready for work 15 minutes prior to the Breakfast meal and depart 30 minutes after the close of the dinner meal. The second facility will be a Mobile Kitchen Type arrangement that will be housed in a climate controlled tent, and will serve four meals a day, Breakfast, Lunch, Dinner, and a Midnight Ration. The Food Service Workers required for this facility are as follows: Shift #1: 4 Personnel (0500-1300) Shift #2: 4 personnel (1200-2000) Shift #3: 3personnel (2000-0400) Exceptions: 1. On Friday, November 28, eight food service workers will be required for the hours of 1230-1630. 2. On Sunday, December 14, food service workers will only be required for breakfast and lunch. No dinner meal will be served. 1.3.5 Contract Cooks (Level II): Level II Cooks will be required only in the dining facility (Bldg 171 -- Galaxy Dr). Three each Level II Cooks will be required for the following shifts: Shift #1: 0500-1300 Shift #2: 1030-1830 Exceptions: 1. On Friday, November 28, two cooks will be required between the hours of 1230 and 1630 to prepare food for the next days serving. 2. On Sunday, December 14, cook services will not be required after 1300 hrs, as there is no dinner meal. 1.3.6 Cashiers: Cashiers will be required only in the dining facility (Bldg 171 -- Galaxy Dr.) One cashier will be required for the breakfast and dinner meals and two cashiers for the noon meal. Quantity: 2 line items -- (1) Services to be performed at Dining Hall; (2) Services to be performed at Mobile Kitchen. Standard Industrial Classification Code 7389. The small business size standard is $5 million. All services are to be performed at Westover ARB, Chicopee, MA 01022. Closing date and time for receipt of offers is 20 November 1997, 2:00 p.m., Eastern Standard Time. Facsimile offers are acceptable and may be forwarded to fax number 413/557-2017. FAR provision 52.212-2, Evaluation -- Commercial Items (OCT 1997) does apply, in that award will be made to the responsible offer conforming to the solicitation that is considered most advantageous to the Government. The following are evaluation factors listed in order to relative importance: (1) Price and (2) Past Performance. Offerors are instructed to include a completed copy of FAR provision 52.212-3 and DFARS provision 252.212-7000 "Offerors Representations and Certifications -- Commercial Items" with their bids. If a copy of these certifications are needed, it may be requested by faxing a request to 413/557-2017. Offers shall be submitted on company letterhead stationary indicating solicitation number, line item, unit price and extended price. All offers should include any prompt payment discount offered. The offer must be signed by a company representative authorized to commit the company. The following FAR/DFARS provisions and clauses apply to this request for quotation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 1997); FAR 52.212-2 Evaluations -- Commercial Items (Oct 1997); FAR 52.212-3 Offerors Representations and Certifications -- Commercial Items (Jan 1997); FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1997), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 1996); applicable under 52.212-5 (b) are 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Concerns, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers: 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41 Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.), 52.222-42 Statement of Equivalent Rates for Federal Hire (29 U.S.C. 206 and 41 U.S.C. 351 et seq.), 52.219-14 Limitation on Subcontracting. The Contracting Officer has determined that the following clauses are necessary for this acquisition and consistent with customary commercial practices: FAR 52.246-4 Inspection of Services -- Fixed Price (Aug 1996), 52.228-5, Insurance -- Work on Government Installation (Jan 1997), AFRES 5352.228-9000 Liability Insurance Requirement Certification (Dec 1994). Department of Labor Wage Determination No. 94-2261, Revision 7, dated 6/1/97 is applicable to this Request for Quotation. (0321)

Loren Data Corp. http://www.ld.com (SYN# 0083 19971119\S-0003.SOL)


S - Utilities and Housekeeping Services Index Page