Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2003 FBO #0745
SOLICITATION NOTICE

S -- Provide Meals at 478th Civil Affiars Bn in Miami Florida

Notice Date
12/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-T-0004
 
Response Due
12/17/2003
 
Archive Date
1/1/2004
 
Point of Contact
Ella Porter, Contract Specialist, Phone 910-432-1503, Fax 910-432-9345, - Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
portere@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for catered meals for the period of 19 December 2003 to 3 January 2004 for the 478th Civil Affairs Battalion in Miami, Florida. A contractor receiving an award from the government shall be Central Contractor Registered. Contractors can register at www.ccr.gov. The contractor shall provide all labor, equipment, supervision, and supplies to include travel necessary to provide catered meals unless otherwise specified in the statement of work. This is a combined synopsis/solicitation for a commercial item 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number H92239-04-T-0004. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-17. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 722320. The small business size standard is $6 million or less in average annual receipts over the preceding three fiscal years. This requirement is set aside 100% for small business. The contractor shall provide hot meals consisting of breakfast, lunch and dinner, for the period beginning with Dinner on 19 December 2003 through Dinner, 3 January 2004. The contractor shall provide meals and condiments to include salt, pepper and sugar, flatware, plates, hot & cold beverage cups/glasses, and napkins. The meals served shall include at least minimum portions and servings of all food groups, beverages and condiments. Performance Period: The period of performance shall start with dinner on 19 December and continue with three hot meals a day through 3 January 2004. Meals, 133 each per meal, shall be served as follows Breakfast 6:30 AM to7:30 AM, Lunch 11:30 AM to 12:30 PM, and Dinner 5:30 PM to 6:30 PM. The meals will be served at 478th Civil Affairs Battalion, 13601 SW 176th Street, Miami, Florida 33157. The Government will allow the contractor limited use of the kitchen, access to water and electrical outlets. Limited use excludes all equipment used to actually prepare meals. The Contractor and the unit representative shall conduct a walk-through of the kitchen after each catered meal event. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: "Quotes shall be evaluated using the following evaluation factors: Price, Past Performance, and sample menus for four days. Vendors are requested to submit past performance information to include the name, phone number, contract number and period of performance on their last two contracts for similar products. Offerors who do not submit past performance information or sample menus will be eliminated from competition. A best value award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors are, in descending order of importance: (1) Price (2) Past Performance, and (3) Sample Menus. Provide 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.232-33, 52.222-41, and 52.222-42 Food Service Worker, Series 07100, WG2/2 $8.91 and Cook, Series 07041, WG6/2 $14.23; 52.219-6, Small Business Set Aside. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable; and 252.225-7001, Buy American Act & Balance of Payments Program. Wage Determination 94-2120 Rev 19 dated 10/19/03 applies to this solicitation and any subsequent award. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 12:00 PM ET, 17 December 2003. Quotes shall be provided by electronic submissions, to include fax and email, or hand carried to HQ, US Army Special Operations Command, ATTN: AOCO(Contracting), Bldg E-2929, Desert Storm Drive, Fort Bragg, NC 28310. Quotes shall not be accepted by US mail, Federal Express or UPS due to possible delay in delivery and the short suspense of this requirement. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include Line Item 0001, Breakfast, 1,995 each, Line Item 0002, Lunch, 1,995 each, Line Item 0003, Dinner, 2,128 each, (2) Past Performance Information, (3) Sample Menus for four days (4) completed Representations and Certifications, and (5) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. All questions shall be submitted in writing to Ms. Ella Porter, Contract Specialist, at portere@soc.mil .
 
Place of Performance
Address: 13601 SW 176TH STREET, MIAMI FLORIDA
Zip Code: 33157
Country: US
 
Record
SN00487466-W 20031212/031211091623 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.