|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399Regional Contracting Office, MARFORRES, 4400 Dauphine Street, New
Orleans, LA 70146-5400 S -- CATERING SERVICES SOL M67861-99-Q-0004 DUE 080999 POC Betty
Knight (504) 678-4385 E-MAIL: DruryD@mfr.usmc.mil,
KnightB@mfr.usmc.mil. This procurement is a 100% small business
set-aside. This is a combined synopsis/solicitation for commercial
services prepared in accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotations are being
requested and a separate written solicitation will not be issued.
Solicitation number M67861-99-Q-0004 applies and is issued as a Request
for Quotation. This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-13 . The standard industrial code is 5812 and the business size
standard is 500 people. This requirement is for a fixed priced contract
for one line item as follows. Line Item 0001: Catering services are
requested to support Marine Wing Support Group 47's Annual Training
Exercise scheduled for the August 14-27, 1999, at Camp Grayling,
Michigan. The caterer will provide services to feed Marines two(2)
meals per day, breakfast and dinner menus, divided into three serving
groups. The numbers of these groups will vary according to the training
schedule provided herein. The caterer will be required to prepare the
meals in the facilities provided by the Government. The caterer shall
serve the meals "cafeteria style" in the dates and times set forth
below: Date Time Personnel Comments 8/13 Dinner 1800-1930 170 8/14
Breakfast 0600-0730 170 Dinner 1700-1830 340 8/15 Breakfast 0600-0730
340 Dinner 1730-1900 200 8/16 Breakfast 0600-0730 200 Dinner 1730-1900
200 8/17 Breakfast 0600-0730 200 Dinner 1800-1930 200 *2(70-Man) Hot
Trays to go/ serve 60 at DiningHall 8/18 Breakfast 0600-1730 200 Dinner
1800-1930 200 *1(140-Man) Hot Trays to go/serve 60 at DiningHall 8/19
Breakfast 0600-0730 200 Dinner 1800-1930 200 *2(70-Man) Hot Trays to
go/serve 60 at DiningHall 8/20 Breakfast 0600-0730 200 (8/20, 8/21, and
8/22 are same, 200 each meal) -22 Dinner 1700-1830 200 8/23 Breakfast
0600-0730 200 Dinner 1730-1900 200 *1(25-Man)@1800; 1(50-Man)@1830
125-Man at Dining Hall @ 1730 8/24 Breakfast 0600-0730 200 *2(50-Man)
Hot Tray to go/serve 100 @DiningHall Dinner 1730-1900 200
*1(25-Man)@1800; 1(50-Man)@1830; 125-Man at Dining Hall @ 1730 8/25
Breakfast 0600-0730 200 *2(50-Man) Hot tray to go/serve 100 DinHall
1730 Dinner 1730-1930 200 *25-Man@1800; 50-Man@1830; 125 @1730 8/26
Breakfast 0600-0730 200 Dinner 1730-1900 100 8/27 Breakfast 0600-0730
100 NO DINNER l. Food Preparation: Contractor shall prepare all meals
in the government furnished dining facility; provide all pots, pans,
and containers in which to prepare the meals; and be responsible for
ensuring that all foods are prepared in accordance with standard
commercial food preparation sanitation requirements.2. Serving
Requirements: Contractor shall serve food for each meal "cafeteria
style; ensure meals are served at the times outlined above; and that
foods are served hot in accordance with standard commercial procedures.
Each meal shall be served on reinforced paper plates or styrofoam
plates. The contractor shall provide beverages in disposable cups. All
hot beverages shall be served in insulated paper cups or styrofoam
cups. The contractor shall provide plastic utensils, plates, cups and
napkins for each meal. 3. Cleanup. Contractor shall be responsible for
cleanup of the dining facility to include washing all equipment used
for food preparation, mopping of the kitchen floors, cleanup of the
dining area, tables and floors, and dispose of all trash in the
Government dumpsite. 4. Nutritional Requirements. All meals shall be
prepared to include, at a minimum, the USDA recommended daily
allowances of each of the four basic food groups. 5. Beverages: At a
minimum, contractor shall provide 2% fat milk and coffee with each meal
and 100% fruit juice with each breakfast. 6. Condiments. Salt and
pepper shall be provided with each meal; and the following condiments,
as appropriate and in accordance with standard commercial procedures
shall be provided with each meals: ketchup, mayonnaise, mustard,butter,
jellies, hot sauce, salad dressing, etc. 7. Special Food Requirements:
Hot meals not served in the dining facility shall be prepared in a
"Buffet style" tray, equipped with burners, according to the number of
personnel outlined above. These meals will be accompanied by the
appropriate condiments, napkins, cups, serving utensils, and beverages
sited above. 8. Government Furnished Property: The Government shall
furnish the dining facility, utilities, and the food preparation area
and equipment. 9. Menus: Contractor shall post menus for the two week
evolution in a location in the dining facility. Menus shall not deviate
unless approval is received 24 hour prior to the change. The following
Government representative will be on-site at camp Grayling and is the
only person authorized to approve menu changes" CWP Shrewsberry. 10.
Leftovers. Leftovers may be served, at the contractor's discretion, up
to 24 hr after the meal in which the foods were served as a regular
mean. However, leftovers shall be served as an "extra" offering, and
shall not be served in lieu of scheduled meals. 11. Inventory. A walk
through of the building and an inventory of the Government furnished
property will be held at at time agreed upon by the Government and the
successful offeror. At this time the contractor will be responsible
for the damage and security to the building and accountable for the
government's furnished property. The provisions at FAR 52.212-2,
Instructions of Offerors Commercial Items applies. Paragraph (g)
Contract Award delete in its entirety, and substitute "Award. The
Government plans to award a single contract resulting from this
solicitation." The provision at FAR 52.212-2, Evaluation Commercial
Items applies with the following addenda: 1. Paragraph (a), complete
the sentence "The following factors shall be used to evaluate offers:
"by inserting the following evaluation factors: "(i) quality, variety
and quantity of foods (ii) price, and (iii) past performance." Delete
the last sentence in Paragraph (a) and insert "The evaluation factors
above are listed in descending order of importance." Offerors are
required to include a copy of the following provisions with their
proposals: (1) FAR 52.212-3, Offeror Representation and
Certifications-Commercial Items: (2) DFARS 252.212-7000 Offeror
Representation and Certification Commercial Items and (3) DFARS
252.225-7000, Buy American Act and Balance of Payments Program
Certificate. Clause 52.212-4, Contract Terms and Conditions-Commercial
Items, applies. The clause at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Commercial Items applies and is incorporated with the following
additional clauses for paragraph (b): FAR 52.203-6, FAR 52.222-26, FAR
52.222-35, FAR 52.222-36, FAR 52.222-37, DFARS 252.219-6, Notice of
Total Small Business Set Aside is Applicable. Quotes must be received
no later than 2:00 pm, Local time, Aug 9, 1999. Quotes sent via the US
Postal service should be mailed to the Regional Contracting Office,
Marine Forces Reserve, 4400 Dauphine Street, New Orleans, LA
70146-5400. Hand carried proposals must be delivered directly to and
placed in the bidders mailbox located outside room number 1B454 in
Building 601 at the above address. Direct deliveries of proposals are
only possible during weekdays, excluding holidays, between the hours of
8:00 am and 4:00 pm. Facsimile proposals will not be accepted. POC is
Betty Knight (504) 678-4385. Payment of services can be made utilizing
the Governmentwide Commercial Purchase Card."See Note 1". Posted
07/28/99 (W-SN360207). (0209) Loren Data Corp. http://www.ld.com (SYN# 0115 19990730\S-0001.SOL)
S - Utilities and Housekeeping Services Index Page
|
|