|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20,1999 PSA#2328USA Garrison Fort Belvoir, MDW Acquisition Center, 9410 Jackson Loop --
Ste 101, Ft Belvoir, VA 22060-5134 99 -- MULTI SERVICE CONVENIENT STORE POC Contracting Officer William
E. Campbell, Jr. (703) 806-4489 (Site Code DADW35) E-MAIL: Contact the
Contracting Officer via e-mail, Bill_E_Campbell@belvoir.army.mil. The
Post Restaurant Council (PRC) through the Military District of
Washington Acquisition Center (MDWAC), Fort Belvoir, Virginia, intends
to issue a solicitation to provide a retail outlet and other services
listed in a statement of work. This Request For Information (RFI)
solicits information and interest from the business community which may
be used to develop a Request For Proposal (RFP) for providing retail
outlet(s) and other services at Defense Logistics Agency (DLA) and Fort
Belvoir, located on Fort Belvoir (FB), Virginia. Business sources are
being sought to provide for management and services of a Multi Service
Convenient Store and Customer Pick-up Point, based upon a performance
work statement. The business will require the purchasing, stocking,
selling and accounting of customer demanded items and services.
Accounting includes the administration and operation functions using
the American Accounting Association system of accounts in accordance
with established accounting, tax and payroll procedures. Retail
concepts such as those listed below: Dry Cleaning/Laundry/Shoe Repair
(Pick-up Point); Drug Store (multi-product/limited
service-non-prescription drugs) (Sundry Items); Gift/Package Wrap;
Florist; Photo; Video Rental; News Stand; Barber/beauty Shop. Any
retail outlets and support services resulting from any agreement for
DLA and FB would serve primarily government workers, contractors,
visitors and military members who work on FB and DLA as provided by
applicable DOD regulations. The Contractor(s) shall be responsible for
all renovations of retail operations, and will operate all
facilities/concessions utilizing their own equipment, personnel and
supplies. Name brand facilities shall operate using the procedures,
trade names, service marks, trademarks, logos, emblems, design, decor,
equipment, service techniques and other indicia of origin ("name brand
systems"), as required by the organization with proprietary rights to
the name brand and associated system, and in accordance with the terms
andconditions of this contract, pursuant to a license awarded by
MDWAC. Where the system standards and the Agreement specifications
conflict, the Agreement specifications shall take precedence. Under
this agreement the license(s) would be required through direct
operations or via subcontractors to provide all employees, products
and/or construction required to improve the facilities or site(s) to
provide the required services. The license(s) would be required through
direct operations or via subcontractors to provide all employees,
products and/or supplies and services necessary to perform/offer the
required services at Fort Belvoir/DLA locations. The licensee(s) is
required to pay the utilities, associated cost of operations and
compensate the Army by payment of a percentage of the sales generated
on a monthly basis. Equipment, furniture and decor will be provided by
the license(s). The nationally recognized name brand concepts will be
subject to negotiation with final acceptance by the Contracting
Officer. Nationally recognized name brand concepts can be operated as
in-line counter operations, cart/kiosk or modular in design. For the
purposes of this solicitation, a nationally recognized name brand
concept is one in which the parent company or organization has
facilities in a least ten(10) states, each bearing the same name, and
owned and operated by the parent organization directly or through
franchises or equivalent business structures. The period of performance
is anticipated at five (5) years for each facility, and shall commence
on the date each facility is open for business with options to renew
for two additional five year terms but not to exceed fifteen (15)
years. The licensee(s) would be required to provide facility
upgrades/renovations at regular intervals. Factors to be considered in
an award: Retail pricing; Appeal of the retail concept(s); Market
position/recognition of the corporation, as indicated by sales the
number of outlets/units in the area, state and the United States;
Market position/recognition of the name brand concepts, as indicated by
sales, the number of outlets/units in the area, state and the United
States; Suitability of the overall building, cart/kiosk design and
decor, as presented in offers' proposals and as evidenced by facilities
in the local area; Services offered; Controls installed for controlling
merchandise, money, introduction of new products, inventory and basic
business controls. The licensee(s) is responsible for obtaining all
base/post and all county, state and federal permits, passes, licenses
fees, and compliance with all laws, rules, ordinances and regulations,
including any state and local taxes and fees, required in the
performance of this agreement. All utilities, i.e., electrical, water,
heating and air conditioning and telephone and other communication
services will be the responsibility of, and will be paid by the
licensee(s) as determined by the Public Works Center, Fort Belvoir, if
applicable. There being no current contract/agreement in place at this
time, there are no estimated revenue figures available. The following
information is requested from respondents to this RFI: Company Name;
Address; Phone Number; Fax Number; Point of Contact; All respondents
should address the following: Ability to comply with the
specifications; List of current/prior contracts for similar services;
Renewal terms most appropriate for this type of service; Ability to
perform necessary renovations/operations of said facilities; and Number
of outlets/units you currently have CONUS and/or OCONUS. This Request
For Information (RFI) does not constitute an Invitation for Bids or a
Request For Proposal (RFP). The proposed procurement action could
result in either single or multiple contract awards. This RFI is for
information and planning purposes only and does not constitute a
solicitation, nor is it to be construed as a commitment by the
government to issue a solicitation. THE GOVERNMENT WILL NOT REIMBURSE
THE RESPONDENT FOR ANY COSTS ASSOCIATED WITH INFORMATION SUBMITTED AND
IS UNDER NO OBLIGATION TO AWARD ANY RELATED CONTRACT ASSOCIATED WITH
THIS RFI. ALL RESPONSES TO THIS RFI SHALL BE SUBMITTED IN WRITING TO
MDWAC, FORT BELVOIR, 9410 JACKSON LOOP STE 203, FORT BELVOIR, VIRGINIA
22060-5134. IF FURTHER COMMUNICATION IS NECESSARY, YOU MAY CONTACT MR.
JERRY OSGOOD AT (703) 805-3368. Posted 04/16/99 (W-SN321053). (0106) Loren Data Corp. http://www.ld.com (SYN# 0305 19990420\99-0002.SOL)
99 - Miscellaneous Index Page
|
|