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