Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1998 PSA#2176

FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083

V -- BERTHING SERVICES AND FOOD SERVICES SOL N00140-98-R-4175 DUE 091898 POC Kevin Linden, Contract Specialist (215) 697-9685, J. O'Sullivan, Contracting Officer (215) 697-9680 E-MAIL: CLICK HERE TO CONTACT BID OFFICER, SYNOPSIS@PHIL.FISC.NAVY.MIL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. Solicitation number N00140-98-R-4175 applies and is issued as a Request for Proposal (RFP). FISC Norfolk Det-Phila is soliciting on an unrestricted basis: all responsible sources may submit a proposal. The requirement is for Firm Fixed Price Indefinite Delivery type contract for berthing services and food services for authorized Naval Reserve Personnel for the Naval Reserve Center, 1089 East 9th Street, Cleveland, OH 44114-1091. The base period of performance is from 1 Oct 98 thru 30 Sept 99, plus 2 option years. Contract Line Item Number (CLIN) 0001 -- Berthing services for authorized Naval Reserve Personnel of the Naval Reserve Center, Cleveland, OH IN, in accordance with Specification Aof the statement of work. CLIN 0002 -- Food Services for authorized Naval Reserve Personnel of the Naval Reserve Center Cleveland, OH in accordance with Specification B of the statement of work. CLIN 0002AA -- Breakfast meals in accordance with Specification B of the statement of work. CLIN 0002AB -- Dinner and Lunch Meals in accordance with Specification B of the statement of work. The period of performance for CLINs 0001 and 0002, the base period, is from 1 Oct 98 through 30 Sept 99. CLIN 0003 is the same as CLIN 0001, but is for the first option period. CLIN 0004 is the same as CLIN 0002 but is for the first option period. CLINs 0003 and 0004, the first option year, has a period of performance from 1 Oct 99 through 30 Sept 00. CLIN 0005 is the same as CLIN 0001, but is for the second option period. CLIN 0006 is the same as CLIN 0002 but is for the second option period. CLINs 0005 and 0006, the second option year, has a period of performance from 1 Oct 00 through 30 Sept 01. Fiscal Year 1999 Prospective Drill (delivery) Dates: 16-18 Oct 98, 20-22 Nov 98, 18-20 Dec, 15-17 Jan 99, 19-21 Feb 99, 19-21 Mar 99, 16-18 Apr 99, 14-16 May 99, 18-20 Jun 99, 16-18 Jul 99, 20-22 Aug 99, 17-19 Sep 99. Additional dates may be requested as required do to the changing of drill dates or for rescheduling drilling reservists. Specification A: Rooms: Minimum requirement 620 rooms. Maximum requirement 720 rooms. Rooms must have two beds, bathroom facilities with sink and mirror separate from water closet bowl and shower, lighted parking lot available at no cost to SERLES being provided berthing, location within 5 miles of Naval Reserve Center Cleveland, restaurant within confines of hotel. Naval Reserve Center Cleveland will deliver a rooming list of authorized personnel no later than two days prior to the date of required scheduled occupancy. Rooming list will establish double occupancy to the maximum extent possible, Officers separate from chief Petty Officers, and separate from E-6 and below and males separate form females. Persons do not rate a single room on the basis of non-smoking preferences only. The non-smoker has the option of designating the room non-smoking. No charges will be levied upon the Navy for any deviation from these policies. The contractor shall provide double rooms to accommodate two (2) persons -- like sex (Officers separate form enlisted personnel and Chief Petty Officers separate from E-6 and below). A husband and wife who are members of the Naval Reserve drilling on the same day may be assigned to the same double room. Total amount of rooms requested will include male and female requirements. Rooms are normally required on the first full weekend and the third weekend of each month and consist of Friday and Saturday nights for berthing purposes. A yearly drill schedule will be provided to the contractor upon initiation of contract. Rooms may also be required on various other days of the month due to Reserve personnel who cannot make their regularly scheduled drills and therefore must make up these drills during the week. This, however, does not occur frequently and will amount to a minimal requirement, usually no more than two to three per month all normally single rooms. A list of personnel requiring berthing will be provided to the contractor on the Wednesday prior to the drill weekend. This list must be signed by each member utilizing a room and returned with billing/invoices and folios to the Reserve Center. All rooms shall be neat and clean and comply with city and state health and fire regulations. The government shall not be responsible for any additional charges such as telephone calls, room service, beverages, etc., under this contract. Such charges are the responsibility of the individual member who incurs the expense. Contractor's facility must be within five (5) mile driving distance of the Naval Reserve Center Cleveland, OH. Meals and rooms will be required on two (2) weekends per month, normally the 1st and 3rd weekend. Additional dates other than drill dates may be needed for rescheduling drilling reservists. Specification B: Minimum requirement: Breakfast 300 each, Dinner meals 300 each. Maximum requirement: Breakfast 500 each, Dinner meals 500 each. Meals for Enlisted Reservists (E-9 and below) utilizing berthing shall include evening meals the night that they arrive and breakfast the following morning, and so on for each night that they utilize a room. Meals are normally required on the first full weekend of each month and the third weekend of each month. A yearly drill schedule will be provided to the Contractor upon initiation of contract. Meals may also be required on various other days of the month due to Reserve personnel who cannot make their regularly scheduled drill. Enlisted reserve personnel who drill on the first weekend of each month may require noon meals at contractor; facility even though they may not be utilizing berthing. A list of personnel requiring meals will be provided to the contractor on the Wednesday prior to the drill weekend. A Meal Signature Record will be provided (1 for each meal each day) for each member who receives a meal to sign. This record shall be for meals and non-alcoholic beverages only. Any additional charges such as alcoholic beverages and tips are the responsibility of the individual member who incurs the expense. Absolutely no part of room services charges will be covered and are also the responsibility of the member who incurs the expense. Meals shall be served at the contractor's facility and shall be in accordance with the following requirements: Breakfast Meals ($5.00 limit) -- Sample Breakfast Menu: scrambled eggs (6 oz), ham or bacon (3 oz), hash brown potatoes (4 oz), toast (2 ea. butter or margarine, fruit (6 oz) of fruit juice (6 oz), assorted dry cereal, milk/coffee/tea, and condiments as required. Breakfast is scheduled to be served 6:00 A.M. -- 7:00 A.M. Noon (Lunch)($7.00 limit) and evening (Dinner)($10.00 limit) Meals -- Sample Lunch and Dinner Menu: roast beef with gravy (6 oz), mashed potatoes with gravy (6 oz), vegetablechoice of peas, beans. corn, etc. (4 oz), bread rolls (2 ea. butter or margarine (1.5 oz), drink choice is iced tea, lemonade (16 oz), or milk (0.5pt), and condiments as required for meal. Noon and dinner meals shall each consist of a meat portion, vegetable, potatoes rice, salad, bread and butter, dessert, beverage and condiments as required. The entree shall include not less than 3 ounces meat (after cooking) or combination of meat and cheese, consisting of a minimum of fat and bone, of a quality USDA good or better. Acceptable entrees would include sandwiches on large rolls, such as roast beef, ham, hamburgers, submarine sandwiches; spaghetti, fried chicken, pork chops, fried shrimp. Vegetables may be canned, fresh or frozen and served in a quantity of 4 ounces. Acceptable desserts would include pie, cake, ice cream and Jell-O and should be served in a quantity of 4 ounces. Beverage is of contractor's choice. Noon meals are scheduled to be served 11:15 A.M. -- 12:20 P.M. Dinner meals are scheduled to be served 6:00 P.M. -- 8:00 P.M. FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4 and DFAR 252.212-7000 apply to this acquisition. Offers are advised to include a copy of FAR 52.212-3 and DFAR 252.212-7000 as part of their offer. FAR 52.212-5 applies to this acquisition and as an addendum to 52.212-5 (b) also include clauses 52.203-6, 52.219-8, 52.222-26, 52.222-35 52.222-36, 52.222-37, and 52.225-9. DFAR 252.212-7001, 252.243-7002, 252.225-7007 apply to this acquisition. The contractor must comply will all state and local laws and regulations. The Standard Industrial Classification Code is 7011. Award will be made to the low price, responsible offeror, whose total offer including options, conforming to the solicitation is determined most advantageous to the government. Responses to this solicitation are due no later than 3:00 p.m. local (Philadelphia, PA) time, September 18, 1998. All offers shall be sent to FISC Norfolk Det-Philadelphia, Attn: Bid Room, Code 02P52G, 700 Robbins Ave., Bldg 2B, Philadelphia, PA and should reference RFP N00140-98-R-4175. Proposals submitted via facsimile should reference RFP N00140-98-R-4175 and be forwarded to (215) 697-9738. In accordance with FAR 52.215-5, if the offeror chooses to transmit a facsimile proposal, the government will not be responsible for any failure attributable to the transmission or receipt of the facsimile proposal. Offerors should take into account that numerous proposals may be transmitted at the time of offer closing. Solicitation point of contact is Kevin Linden, Code 02P32W, who can be reached at (215) 697-9685. Posted 09/04/98 (D-SN246485). (0247)

Loren Data Corp. http://www.ld.com (SYN# 0132 19980909\V-0002.SOL)


V - Transportation, Travel and Relocation Services Index Page