Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOURCES SOUGHT

R -- FULL FOOD SERVICE

Notice Date
5/16/2007
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-FY08FULLFOODSERVICE
 
Response Due
5/23/2007
 
Archive Date
7/1/2007
 
Point of Contact
Frank Spencer, Contract Specialist, Phone (334)953-3532, Fax (334)953-3543, - Kimberly Knott, Contracting Officer, Phone 334-953-6242, Fax 334-953-3527,
 
E-Mail Address
frank.spencer@maxwell.af.mil, kimberly.knott@maxwell.af.mil
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT CURRENTLY EXIST. THE GOVERNMENT CONTEMPLATES POSSIBLE AWARD OF A FIRM-FIXED PRICE CONTRACT FOR A BASE PERIOD OF SEVEN (7) MONTHS AND FOUR ONE-YEAR OPTIONS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SMALL BUSINESSES. HOWEVER, ALL POTENTIALLY QUALIFIED BUSINESSES ARE ENCOURAGED TO RESPOND. A. The Government is seeking qualified, experienced sources interested in performing the services identified in the attached draft Performance Work Statement (PWS). ?Qualified? and ?experienced? should be interpreted to mean performance of the activities listed in the PWS, specifically within the full food services sector, to include operating dining facilities during normal hours and for special events and training exercises. The PWS represents a broad snap shot of the requirements that could eventually be contracted. Therefore, the Government is requesting that interested concerns furnish the following information: (1) Company name, CAGE code, address, point of contact, telephone number and e-mail address. (2) Type of business, i.e., Randolph-Shepard Act, small, small disadvantaged, woman-owned, HUBZone, serviced-disabled veteran-owned small business, etc. under North American Industry Classification System (NAICS) 722310 which contains a size standard of $19,000,000.00. (3) Under which NAICS does your company usually perform all the services identified in the attached synopsis? Please include the rationale for your answer. (4) Can all services be obtained under an existing Government wide agency contract, (i.e. GSA, VA, etc). If so, please include the contract number. (5) Which of the following would you see as your role in the performance of this potential requirement? (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe. (6) Based on your understanding of the requirements, what percentage of the work do you estimate will be performed by your company versus subcontracted out? (7) During the proposed period of performance, foreseeable weather delays or deployment exercises may occur. Do you have the resources to allow for continuation of services despite these conditions? (8) Based on your understanding of the requirements, what type of contract would you recommend? (a) Firm-fixed-price (FFP); (b) Fixed-price incentive fee (FPIF); (c) Labor hour contract or (d) Combination of the above (please describe); or (e) Other (please describe). Please include the rationale for your answer. (9) Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in the PWS. (10) Please comment and make recommendations on the optimum length of the total contract performance period, with option years based on your experience with contracts of this nature. Please include reasons for your answer. (11) Briefly list the main services offered as part of your full food service. (12) Please describe any customary commercial contract terms or conditions you feel would make any resulting contract more effective. (13) Performance of the work will be at Maxwell AFB and Gunter Annex, AL. B. E-mail responses to this request for information are preferred, and should be sent to: frank.spencer@maxwell.af.mil and kimberly.knott@maxwell.af.mil. All questions must be submitted in writing and forwarded to the aforementioned points of contact. Mr. Spencer can be reached by phone at 334-953-3532 and TSgt Knott can be reached at 334-953-6242. Mailed responses should be submitted to the attention of Mr. Frank Spencer, 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. The due date and time for responses to this synopsis is 12:00 pm Central Standard Time on 23 MAY 07. C. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. Attachment 1: Draft Performance Work Statement NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-FY08FULLFOODSERVICE/listing.html)
 
Place of Performance
Address: MAXWELL AFB AND GUNTER ANNEX AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01296066-F 20070518/070516222125 (fbodaily.com)
 
Source
FedBizOpps 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.