Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 24, 2001 PSA #2899
SOLICITATIONS

89 -- PRIME VENDOR SUBSISTENCE

Notice Date
July 20, 2001
Contracting Office
United States Property & Fiscal Office, Pennsylvania Army National Guard, Department of Military Affairs, Fort Indiantown Gap, Annville, PA 17003-5003
ZIP Code
17003-5003
Response Due
August 31, 2001
Point of Contact
Cynthia Whitman (717) 861-8710, or CW2 Richard Boger (717) 861-8687
E-Mail Address
point of contact (cynthia.whitman@pa.ngb.army.mil)
Description
This is a combined synopsis/solicitation in accordance with FAR part 12.6. The Pennsylvania Army National Guard, United States Property and Fiscal Office (USPFO) proposes to enter into a firm fixed price blanket purchase agreement for a prime vendor to provide subsistence for all dining facilities located throughout the installation at Fort Indiantown Gap (FTIG), Annville, Pennsylvania beginning October 01, 2001. And deliver to 81 armories throughout the commonwealth for drill weekends. This announcement constitutes the only solicitation but see information below about separate attachments. Base year performance shall be through September 30, 2002 with four (4) option years. Award shall be based on the best value to the government. The best value proposal will be determined by evaluating contractor's offers based on the following factors in descending order of importance: (1) management capability in the following areas (a) adaptability to army menu cycle and local menu board changes, (b) capacity to respond quickly under emergency conditions for unspecified requirements, (c) use of brand names and local area sources, (2) prior experience in providing like services on other contracts of a similar scale, (3) past performance of federal, state, municipal and private sector contracts, (4) policy including timeliness regarding replacement of delivery items missing, damaged or spoiled, and (5) delivery to field sites and remote (even out of state) locations. These evaluation factors, when combined, are approximately equal in value to cost or price. Offerors shall address the above factors in their proposals. offerors without a record of relevent past performance will be rated neither favorably nor unfavorably on their factor. Successful contractor shall be required to operate the government distribution facility, Building Number 11-89, where it will receive its bulk ration deliveries and perform ration breakdown for issue to units. The contractor's cost to lease the building shall be $11,000 per month plus 5% of gross sales above $2 million from the building. Payments shall be made via Government Purchase Card.The provision at 52.212-4, Contract Terms and Conditions Commercial items, applies to this acquisition. Offeror's shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial items with its proposal. The provisions at FAR 52.212-5, Contract Terms and conditions required to implement Statutes or Executive Orders commercial items, are included and incorporated by reference. The clauses apply: FAR 52.219-Utilization of small business concerns, 52.222-26, Equal opportunity, 52.222-35, Affirmative action for disabled veterans and veterans of the Vietnam Era, 52.225-1, Buy American free trade agreement- Israeli trade act-Balance of payments program, 52.232-33, Payment by electronics funds transfer-Central contractor registration. It is impracticable to distribute the applicable menus and statement of work with the synopsis/solicitation. The documents may be obtained by faxing a request to Cynthia Whitman at (717) 861-8604. To submit a proposal please mail to USPFO for Pennsylvania, Attn: Cynthia Whitman. Contractors are required to be registered in the CCR database. Proposals are due 083101 at 1400 hours. See numbered Note 1.
Record
Loren Data Corp. 20010724/89SOL003.HTM (W-201 SN50S4M5)

89 - Subsistence (Food) Index  |  Issue Index |
Created on July 20, 2001 by Loren Data Corp. -- info@ld.com