Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609

S -- CATERED FOOD SERVICE SOL M00681-99-Q-0172 DUE 021999 POC Sgt Patrick Morris, Contract Specialist, 760-725-3914 E-MAIL: click here to contact the contracting officer via, morrispa@pendleton.usmc.mil. This a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is set aside for small business; all responsible sources may submit an offer. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.. Solicitation number M00681-99-Q-0172 applies and is issued as a Request For Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The standard industrial code is 5812 and the business size standard is NTE 5.0 million. The agency need is for catered food service for the period of 1 March 99 through 13 March 99 for approx. 350 military personnel stationed at Bldg. 50, Moffett Air Field in the Northern California area. This requirement is for a fixed price contract for two line items as follows: Line Item 0001: Quantity 350 breakfast meals. Line Item 0002: Quantity 350 dinner meals. Two meals are required daily, breakfast meal and dinner meal with exceptions noted: On 10 and 11 March, provide a portion of the breakfast meal as a takeout. Minimum breakfast requirements consist of the following: (3) fruit juices, one will be a citrus juice; choice of fresh or canned fruit; choice of at least (2) different ready-to-eat cereals (including one unsweeetened ready-to-eat cereal); (1) hot cereal; scrambled eggs and hard boiled eggs; (1) choice of pancakes, waffles, or french toast w/syrup; (2) choices of breakfast meat, bacon or sausage; whole grain bread, rolls or muffins; bread spreads, such as butter, jams, jellies, preserves and peanut butter; 1% low fat milk, hot chocolate, coffee and tea w/condiments. Potable water will be provided by the Government. Minimum dinner requirements consist of the following: (2) types of entrees; potatoes and/or potato substitute to compliment themain entree (the exceptions are meals that already contain pasta, rice or potatoes); (2) types of cooked vegetables; tossed salad (2 or more salad dressings will be offered to include a low fat dressing); whole grain bread, rolls or muffins; bread spreads, such as butter, jam, jelly, preserves and peanut butter will be offered; a choice of 2 or more different types of dessert; 1% low fat milk, assorted carbonated beverages (1 to be a diet drink) coffee and tea w/condiments. Additional requirements are as follows: contractor will transport already prepared food with serving utensils to and from contractor's facility to dining facility. Contractor will provide all necessary condiments (sugar, cream, salt, pepper, ice, etc); contractor will provide all necessary serving utensils, chafing dishes, containers, plastic plates, forks, knives, spoons, and refrigeration equipment The serving facility will supply chairs and tables. No food preparation equipment will be available. The Government will be responsible for all trash removal at each meal. All meals will be served indoors. Contractor will provide supervisory personnel to supervise set up, servings and take downs. Contractor will provide plastic plates, forks, knives, spoons, napkins and cups. Contractor must pass a health and sanitation inspection prior to the exercise. Contractor will be USDA approved and will provide their sanitation rating with their offer. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items: DFARS Clause 252.212-7000, Offeror Representations and Certifications -- Commercial Items and addendum clause DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate. Clause 52.212-4, Contract Terms and Conditions Commercial Items. The clause at 52.212-5, Contract Termsand Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b):FAR 52.219-8 Utilization of Small, Small Disadvantaged and Women owned Small Business Concerns: FAR 52.222-26, Equal Opportunity: FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans: FAR 52.222-36, Affirmative Action for Handicapped Workers: FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.225-7012, Preferences for Certain Domestic Commodities; Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System. The Government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price and price-related factors. Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish a 13 day menu that demonstrates the products offered meet all requirements in the above purchase descriptions for Line Items 0001 and 0002. Sealed offers must be received no later than 3:00 PM, local time, 19 February 1999. Offers sent via the US Postal Service should be mailed to the Contracting Office, USMC, PO Box 1609, Oceanside, CA, 92055. All offers not sent through the US Mail will be considered to be hand carried and direct delivered. Hand carried offers must be delivered to and placed in the depository located in Building 22180, Contracts Division, Camp Pendleton, CA. Direct delivery of offers is onlypossible during weekdays, excluding federal holidays, between the hours of 7:00am and 4:30pm. Posted 02/11/99 (W-SN297749). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0132 19990219\S-0019.SOL)


S - Utilities and Housekeeping Services Index Page