Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

Regional Contracting Office, MARFORRES, 4400 Dauphine Street, New Orleans, LA 70146-5400

S -- CATERING SERVICES SOL M67861-00-Q-0482 DUE 071300 POC Caroline Register (504)678-4382 WEB: Click here to submit bid for this RFQ, http://www.neco.navy.mil. E-MAIL: Click here to contact the Contracting Officer, RegisterCR@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 M67861-00-Q- 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 97-15. The standard industrial code is 5812 and the business size standard is 500 people. This requirement is for a fixed priced contract for three line items as follows. Line Items: Line Item 0001 Breakfast, Line Item 0002 Lunch, Line Item 0003 Dinner. The following is an example: Line Item 0001 Number of Breakfast days x 230 meals @ $2.50_ea= $ 18,970.00. Catering services are requested to support Military Operation Longstar Reserve Training at an area near McAllen, Texas, during a two-week training session, to be held 23 July through 5 August 2000. The caterer shall provide three (3) meals per day, breakfast, lunch, and dinner with the exception noted below, divided into three serving groups. The numbers of each group will vary according to the training schedule. The caterer shall be required to prepare and serve all meals, and to provide cafeteria style dining facilities with the exception of special requirements. See No. 3, Special Requirements. A schedule is shown below with date, time, number of personnel and comments for special requirements. SCHEDULE: SCHEDULE FOR MEALS Date Time Personnel Comments 23 July thru 30 July Breakfast 0700-0830 150 Breakfast at Dining location Lunch 1200-1300 150 Lunch delivered to remote site Dinner 1800-1900 150 Dinner at dining location 31 July thru 4 August Breakfast 0700-0830 160 Breakfast at Dining location Lunch 1200-1300 160 Lunch delivered to remote site Dinner 1800-1900 160 Dinner at dining location 5 August 0700-0830 160 Breakfast Only 1. Food Preparation: Contractor will prepare all food in accordance with standard commercial food preparation and sanitation requirements. 2. Serving Requirements: Contractor will serve all food for all meals cafeteria style ensuring that all meals are served at times outlined above, and that foods are served hot/cold as appropriate with standard commercial procedures. The contractor will be responsible for provide all pots, pans, and containers in which to prepare the meals. 3. Special Requirements: (A). Contractor shall provide cafeteria style dining facility for Breakfast and Dinner, the facilities shall be within 10 miles ratios of *lodging location. (*Lodging location 1100 Votech Drive, Westlaco, Texas) (B). Lunch will be delivered and served and in "Buffet style" trays, equipped with burners, according to the number of personnel outlined above. Lunch will be delivered to a "Remote treatment areas" which will range up to 38 miles from *lodging location. The contractor shall provide appropriate condiments, napkins, cups, eating and serving utensils, and reinforced paper plates or Styrofoam plates. 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: Beverages will accompany each meal. 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 meal: ketchup, mayonnaise, mustard, butter, jellies, hot sauce, salad dressing, etc. 7. Special Food Requirements: A. Breakfast will consist of the following offerings: Eggs, sausage patties, potatoes, refried beans, fresh fruit, toast, biscuits, and beverage of coffee and/or juice. Pancakes and French toast shall be offered. B. Lunch will consist of an entr e, two vegetables, bread, salad, and beverage. C. Dinner will consist of choice of two entr e meats, three vegetables, bread, beverage, salad, and dessert. Entr e serving sizes should be no less than 5 to 9 ounces and the vegetables are 3.5 to 5 ounces. Menus will vary so that there will be a minimum amount of repetition in entrees and vegetables. D. Approximately 12 boxed serving of food will be necessary for each meal. 8. Menus: Contractor shall post menus for the two-week period in a location in the dining facility. Menus shall not deviate unless approved 24 hours before the change. The following Government representative will be on-site at Westlaco, Texas, and will be the only persons authorized to approve menu changes DT2 Wilmer or Captain Mollenhour. 9. Leftovers: Leftovers may be served, at the contractor's discretion, up to 24 hours after the meal in which the foods were served as a regular meal. However, leftovers shall be served as an "extra"offering, and shall not be served in lieu of scheduled meals. 10. The contractor shall be responsible for providing dining facility to accommodate the number of personnel listed above in schedule of meals, and responsible for the cleanup of dining facility and dispose of all trash. The provisions at FAR 52.212-1. Instructions to Offerors- Commercial Items apply to this acquisition. 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), "The following factors shall be used to evaluate the offers: 1.) Quality, variety, and quantity of food, (ii) Price and (iii) Past Performance. The evaluation factors above or listed in descending order of importance. PROPOSAL PREPARATION GUIDANCE: The proposal shall provide a two-week food plan, which will be followed for the entire training sessions. Offerors are required to include a copy of the following provisions with their proposals: (1) FAR 52.212-3, Offer or Representation and Certifications-Commercial Items: (2) DFARS 252.212-7000 Offer or 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 FAR 52.217-6, Option for Increased Quantity (MAR 1989), FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, Notice of Total Small Business Set-Aside is Applicable. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms fromtechnical to price. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Quotes must be received no later than 4:00 p.m., Local time, 13 July 2000. 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 Bldg.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 Caroline Register (504) 678-4382. Payment of services can be made utilizing the Government wide commercial Purchase Card. " See Note 1". Posted 06/29/00 (W-SN469689). (0181)

Loren Data Corp. http://www.ld.com (SYN# 0155 20000703\S-0004.SOL)


S - Utilities and Housekeeping Services Index Page