MODIFICATION
M -- Contingency Cook Services
- Notice Date
- 6/1/2007
- Notice Type
- Modification
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB UNIT 3115, APO, AE, 09094-3115, UNITED STATES
- ZIP Code
- 09094-3115
- Solicitation Number
- FA5613-07-R-3017
- Response Due
- 6/14/2007
- Archive Date
- 6/29/2007
- Point of Contact
- Ria Kyle-Seeds, Contract Specialist, Phone (49) 631 5366 736, Fax (49) 631 3539 143, - Laurie Rowe, Mrs, Phone (49) 631 536 8408, Fax (49) 631 536,
- E-Mail Address
-
Ria.Seeds@ramstein.af.mil, laurie.rowe@ramstein.af.mil
- Description
- Since FBO does not allow files to be uploaded to a combined synopsis/solicitation the complete synopsis/solicitation will be provided in three amendments. If you have any questions or would like a MS Word version of this solicitation please contact the POCs. DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6., as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The solicitation number is: FA5613-07-R-3017 issued as a Request for Proposal. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, 22 Mar 2007. 3. The Set-aside Program is not applicable. 4. The period of performance shall be for a basic period from 01 Jul 2007 thru 31 Jan 08 and three (3) option periods (01 Feb 08 thru 31 Dec 08; 01 Jan 09 thru 31 Dec 09; and 01 Jan 10 thru 31 May 10). The Government may exercise options to extend the period of performance in accordance with FAR 52.217-8 and 52.217-9 upon written notification by the Contracting Officer within 15 calendar days of contract expiration. Total contract duration shall not exceed 4 years, exclusive of time extension authorized by 52.217-8. CURRENCY PROPOSED SHALL BE IN EUROS ONLY. ITEM NO. SUPPLIES/SERVICES QTY UNIT UNIT PRICE ? TOTAL AMOUNT ? 0001 Basic Period Ramstein Contingency Cook Services in accordance with (IAW) specified workload estimate Period of Performance (POP): 01 Jul 07 thru 30 Sep 07 3 Month 0002 Basic Period Spangdahlem Contingency Cook Service IAW specified workload estimate POP: 01 Jul 07 thru 30 Sep 07 3 Month 0003 Basic Period Aviano Contingency Cook Service IAW specified workload estimate POP: 01 Sep 07 thru 31 Jan 08 5 Month 0004 Basic Period Unscheduled Cook Service at Ramstein, Spangdahlem and Aviano. Services per shift (8hrs) Euro ___________ per cook POP: 01 Jul 07 31 Jan 08 7 Month TBD 1001 Option Period 1 Ramstein Contingency Cook Service IAW specified workload estimate POP: 01 Feb 08 thru 31 May 08 5 Month 1002 Option Period 1 Spangdahlem Contingency Cook Service IAW specified workload estimate POP: 01 Jan 08 thru 31 May 08 5 Month 1003 Option Period 1 Unscheduled Cook Service at Ramstein, Spangdahlem and Aviano Services per shift (8hrs) Euro ___________ per cook POP: 01 Feb 08 thru 31 Dec 08 11 Month TBD 2001 Option Period 2 - Aviano Contingency Cook Service IAW specified workload estimate POP: 01 Jan 09 thru 31 May 09 5 Month 2002 Option Period 2 Ramstein Contingency Cook Service IAW specified workload estimate POP: 01 May 09 thru 30 Sep 09 5 Month 2003 Option Period 2 Spangdahlem Contingency Cook Service IAW specified workload estimate POP: 01 May 09 thru 30 Sep 09 5 Month 2004 Option Period 2 Unscheduled Cook Service at Ramstein, Spangdahlem and Aviano Services per shift (8hrs) Euro ___________ per cook POP: 01 Jan 09 thru 31 Dec 09 12 Month TBD 3001 Option Period 3 Aviano Contingency Cook service IAW workload estimate POP: 01 Jan 10 thru 31 May 10 5 Month 3002 Option Period 3 Ramstein Contingency Cook service IAW specified workload estimate POP: 01 Jan 10 thru 31 May 10 5 Month 3003 Option Period 3 Spangdahlem Contingency Cook service IAW specified workload estimate POP: 01 Jan 10 thru 31 May 10 5 Month 3004 Option Period 3 Unscheduled Cook Service at Ramstein, Spangdahlem and Aviano Services per shift (8hrs) Euro ___________ per cook POP: 01 Jan 10 thru 31 May 10 5 Month TBD VARIATIONS: The quantities of output to be furnished by the contractor as stated in paragraph 5 below are estimated and as such are subject to variations. The proposed prices for the above Contract L and (ii) It * has, * has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that -- (i) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act ? Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms ?component,? ?domestic end product,? ?end product,? ?foreign end product,? and ?United States? are defined in the clause of this solicitation entitled ?Buy American Act?Supplies.? (2) Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g) (1) Buy American Act -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ?Bahrainian end product,? ?component,? ?domestic end product,? ?end product,? ?foreign end product,? ?Free Trade Agreement country,? and ?United States? are defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act.? (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act?: Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products) or Israeli End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act.? The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act?Free Trade Agreements?Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled ?Buy American Act?Free Trade Agreements?Israeli Trade Act?: Canadian End Products: Line Item No.: ___________________________________________ [List as necessary] (3) Buy American Act?Free Trade Agreements?Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Canadian or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled ?Trade Agreements.? (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products Line Item No.: Country of Origin: [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-- (1) * Are, * are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; and (2) * Have, * have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (3) * Are, * are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed End Product Listed End Product Listed Countries of Origin: (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly? (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured outside the united States); or (2) [ ] Outside the United States. (k) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (k)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] and DFARS provision at 252.212-7000 Offeror Representations and Certifications ? Commercial Items (Jun 05) with its offer. (a) Definitions. As used in this clause? (1) ?Foreign person? means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) ?United States? means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) ?United States person? is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it? (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term ?supplies? is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it? ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. NOTE: No Logistics Support will be provided. 7. Proposals shall be submitted electronically or by FAX no later than 14 Jun 2007, 1630 hours local time to one of the following e-mail addresses: Ria.Seeds-Kyle@ramstein.af.mil; or Laurie.Rowe@ramstein.af.mil or FAX number 049-631-536-8410. Late submission will be handled in accordance with provision 52.212-1(f). Contact Ms Ria Seeds-Kyle, telephone number 049-631-536-6076 or 8408 for information regarding this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUN-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/USAFE/ROB/FA5613-07-R-3017/listing.html)
- Place of Performance
- Address: Ramstein Air Base and Spangdalhem Air Base Germany Aviano Air Base, Italy
- Country: GERMANY
- Country: GERMANY
- Record
- SN01309024-F 20070603/070604113812 (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 |