SOLICITATION NOTICE
S -- Catered meals for soldiers in the Missouri Army National Guard, 1-30 October 2008 at Camp Clark in Nevada, Missouri and Camp Crowder in Neosho, Missouri.
- Notice Date
- 9/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Missouri, USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS-08-T-0087
- Response Due
- 9/15/2008
- Archive Date
- 11/14/2008
- Point of Contact
- Rhonda Wilson, 573-638-9500<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is being posted in accordance with FAC 05-26 as a small business set aside procurement under NAICS 722320. CLIN 0001 - Breakfast meals 2-30 Oct 08. Unit: TEB'n 140th Regiment MO-RTI; Date: 2-30 Oct 08; Location of Meals: Camp Clark in Nevada, MO and Camp Crowder in Neosho, MO; 104 soldiers per meal per day; 2-6 Oct 08 are hot meals at Camp Clark; 7-10 Oct 08 are hot meals at Camp Crowder; 11-17 Oct 08 are hot meals at Camp Clark; 18-19 Oct 08 - No meals needed; 20-30 Oct 08 are hot meals at Camp Clark. CLIN 0002 - Lunch meals 2-20 Oct 08; Unit: TEB'n 140th Regiment MO-RTI; Date: 2-30 Oct 08; Location of Meals: Camp Clark in Nevada, MO and Camp Crowder in Neosho, MO; 104 soldiers per meal per day; 2-5 Oct 08 are hot meals at Camp Clark; 6 Oct 08 are sack lunches (to go meals); 7-10 Oct 08 are sack lunches (to go meals) at Camp Crowder; 11-14 Oct 08 are hot meals at Camp Clark; 15-17 Oct 08 are sack lunches (to go meals) at Camp Clark; 18-19 Oct 08 no meals are needed; 20-27 Oct 08 are sack lunches (to go meals) at Camp Clark; 28-29 Oct 08 are hot meals at Camp Clark; 30 Oct 08 are sack lunches (to go meals) at Camp Clark. CLIN 0003 - Dinner meals 1-29 Oct 08; Unit: TEB'n 140th Regiment MO-RTI; Date: 2-30 Oct 08; Location of Meals: Camp Clark in Nevada, MO and Camp Crowder in Neosho, MO; 104 soldiers per meal per day; 1-5 Oct 08 are hot meals at Camp Clark; 6-9 Oct 08 are hot meals at Camp Crowder; 10-17 Oct 08 are hot meals at Camp Clark; 18-19 Oct 08 no meals are needed; 20-29 Oct 08 are hot meals at Camp Clark. CLIN 0004 - The Federal Government is attempting to gain visibility on the amount of manpower we are contracting to provide services. The statement of work below identifies this reporting requirement. The contractors are entitled to quote a reimbursement amount for this reporting. If there is to be no additional charge please respond with a $0.00 amount. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative, (2) Contract number, including task and delivery order number, (3) Beginning and ending dates covered by reporting period, (4) contractor name, address, phone number, e-mail address, identity of contractor employee entering data, (5) Estimated direct labor hours (including sub-contractors)(6) Estimated direct labor dollars paid this reporting period (including sub-contractors), (7) total payments (including sub-contractors), (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each Sub-contractor if different) FSC FOR CATERED MEALS IS S203,(9) Estimated data collection cost, (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information)UIC IS 8AJAA or W8AJAA, (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Untied States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website), (12) Presence of deployment or contingency contract language, (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Please complete this requirement by (30 days from date of contract). Please include the following information with your quote: 1. Federal Tax ID Number, 2. CCR Information (DUNS number or CAGE code), 3. payment method you prefer (EFT or Government Credit Card), 4. Completion of Clause 52.212-3 if you have not previously received a contract for catered meals with the Missouri Army National Guard, 5. state if you require 12 hours or 24 hours notice of any quantity changes (increase or decrease), 6. price per soldier and one sample menu for breakfast, hot lunch, sack lunch and dinner meals, and 7. copy of insurance and bonding information (please see statement of work). No meals will be sent in mer-mites 'to go' containers to other location. Vendor will need to have servers at Camp Clark while the soldiers are at Camp Clark and servers at Camp Crowder while the soldiers are at Camp Crowder. If you are not able to do both locations, please provide all information required for the location you are absolutely sure you can provide meals and state the location on your quote. Depending on the quotes received, this request might be awarded to one vendor per location. Sack lunches will need to be ready to go at breakfast time regardless of the location. US Department of Labor Wage Determination 05-2311 Rev 6 applies to this solicitation and contract and can be downloaded at www.wdol.gov. Nevada is located in Vernon County, Missouri and Neosho is located in Newton County, Missouri. Statement of Work: 1. GENERAL: The contractor shall provide well balanced nutritious meals for Missouri Army National Guard attending training at Camp Clark, Nevada, Missouri and/or Camp Crowder, Neosho, Missouri. The contractor is responsible for meal planning, preparation, service and clean-up. The contractor shall provide all necessary subsistence and condiments, service paper or plastic products and labor for meal preparation. 1.1 Menus: The contractor shall have a minimum of 1 menu for each meal type to be approved by the State Food Service Officer. A sampling of the content of each meal type is as follows: Each meal for the National Guard must include minimum serving portions for example: BREAKFAST: Two eggs, Meat: Either Bacon 2 slices OR Sausage 3 links, Biscuits & Gravy or Toast, Milk or Coffee 8 oz., Juice 5 oz., LUNCH & DINNER: Salad 1 cup, Meat (Example: Either Chicken 3 pieces OR Grilled Steak 6-8 oz. OR Roast Beef/Turkey 5 oz. Minimum (After cooking), Potato baked/ mashed/buttered cup portion, Vegetable cup (choice of two), Dessert, Drink (choice of milk, coffee or tea), Bread & butter, Gratuity, all necessary dinnerware/paper products and condiments must be included in price of meals. 1.2 Preparation: The facilities provided for service include kitchens which may be utilized for preparation. The following list of equipment is available for contractor use. 1.2.1 Government Furnished Equipment: Camp Clark, Buildings 430, 401 & 400: Convection Oven, Freezer, Refrigerator, Ice Maker, Steam Table, Range Gas, Griddle Electric, Cart - Cold Food Service, Toaster Electric, Coffee Urn Elec, Refrigerator-Freezer, Cold Food Counter, Griddle, Self-Heating, Range Gas, Mixing Machine, Freezer, 3-Door refrigerator, Ice Maker, Oven Convection, Serving Cabinet, Toaster- Elec. Camp Crowder, Building 751: Gas Range and Oven, Convection Oven, Steam Table, Cold Food Counter, Mixing Machine, Toaster-Electric, Refrigerator Reach-in, Freezer, Griddle-Electric, Dishwasher. The contractor may provide any additional equipment, utensils, cookware for food preparation or may use off-site facilities and deliver meals to service location. The contractor will sign from the Responsible Unit/Training Site for the building, contents, and keys. The contractor is responsible for negligent damage, equipment to be replacement in kind subject to government approval, with a reasonable replacement time (2 weeks to 30 days?). Acceptable repairs should also be made in a reasonable time. Equipment that is not functioning due to normal wear and tear will be the Governments responsibility to replace. 1.2.2 Government Furnished Facilities/Utilities: See above referenced Buildings. The government shall provide the utilities (electricity, gas) to support the meal requirement to include a dumpster for contractor meal preparation and meal service refuse. The above referenced buildings to be utilized for service. The contactor shall have access to cold/dry storage but must provide personal storage locks to secure the storage areas. 2.0 Sanitation: 2.1 Preparation and Service Area: It is the contractor's responsibility to maintain a clean and safe food prep environment. The TB MED 530 is the military sanitation guidelines. The civilian equivalent to the TB MED 530 is called Serve Safe. 2.1.1 Inspections: The Contracting Officer Representative (COR) shall have the responsibility of a daily inspection to determine that the contractor is performing the daily cleaning functions to provide safe food environment, i.e. sweep floors, wipe down counters and service areas, wash and sanitize cooking equipment. The COR shall report any findings to the Contracting Officer of the service and food preparation area being in an unsafe condition. The contractor is subject to a thorough inspection at anytime during the contract period by the State Food Service Officer. The contractor shall be given 24 hrs notice of inspection. If it is determined the contractor is not maintaining a safe food environment the contract shall be terminated for cause. The contractor is responsible for training their employees on proper hygiene and safe food handling practices. A final inspection shall be conducted for overall cleanliness of the facility and equipment. 3.0 Security: 3.1 Personnel: A list of contract personnel should be provided to the COR and updated if there are employee changes. The list shall be maintained by the installation security for access to the installation. The contractor and his employees must be able to provide identification for verification by installation security and the COR. 3.2 Buildings/ Storage Areas: The contractor shall sign for access to the building and be provided a key. Any personal storage area, i.e. trailers, sheds closets are the responsibility of the contractor to secure and must be approved by the government to bring on the facility. The government shall try to accommodate any request. The dry/cold storage area provided within the facility must be secured with a personal lock by the contractor. 4.0 Insurance Minimum Amounts: 4.1 Reference Contract Clause titled, Insurance Work on a Government Installation (FAR 52.228-5), Kinds and minimum amounts are as follows: Workmens Compensation - $100,000 (1), Comprehensive General Liability - $500,000 per occurrence for bodily injury, Comprehensive Automobile Liability - $200,000 per person and $500,000 per Accident for bodily injury and $20,000 for property damage. 4.2 Except in state with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. NOTE: Before commencing work under this contract, the Contractor shall certify to the Contracting Officer, in writing, that the required insurance had been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Governments interest shall not be effective (1)for such period as the laws of the state in which this contract is to be performed prescribe or (2) until 20 days after the insurer or Contractor gives written notice to the Contracting Officer, whichever period is longer. The Contractor shall maintain a copy of all subcontractors proofs of required insurance, and shall make copies available to the Contracting Officer upon request. The following provision and clauses are applicable to this solicitation/award: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-3 Offeror Representations and Certifications--Commercial Items (vendor must complete printed copy and submit with quote); 52.212-4 Contract Terms and Conditions--Commercial Items; 52.252-1 Solicitation Provisions Incorporated By Reference; 252.204-7004 Alt A central Contractor Registration (52.204-7) Alternate A; 52.212-2 Evaluation--Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quality and variety of menu offerings and the degree to which they meet the Governments requirements as set forth in this solicitation. If vendor is new to this agency, may be required to submit past performance references with your bid. This will be awarded on a best value basis. Quality of food and past performance, when combined are equal to price, evaluation factors in determining best value.; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (a)(1)(2)(b)(5)(i)(16)(17)(18)(19)(20)(21)(22)(24)(36)OR(38)(c)(1)(2)(d); 52.252-2 Clauses Incorporated By Reference http://www.arnet.gov/far/; 252.212-7001 Buy American Act and Balance of Payment Program (b)(4); 52.228-5 Insurance - Work On A Government Installation; 52-237-2 Protection Of Government Buildings, Equipment, And Vegetation; 52.245-1 Alt I Government Property (June 2007) Alternate I; 52.245-2 Government Property Installation Operation Services; 52.246-4 Inspection Of Services--Fixed Price; 252.201-7000 Contracting Officer's Representative.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e415e24502430ea6786816b80f36634b&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO<br />
- Zip Code: 65101-1200<br />
- Zip Code: 65101-1200<br />
- Record
- SN01660928-W 20080907/080905221624-e415e24502430ea6786816b80f36634b (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 |