SOLICITATION NOTICE
S -- Full Food Service requirement at Ft Custer in Augusta, MI
- Notice Date
- 7/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Michigan, USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
- ZIP Code
- 48913-5102
- Solicitation Number
- W912JB-09-T-2018
- Response Due
- 8/7/2009
- Archive Date
- 10/6/2009
- Point of Contact
- bryon.gerwolds, 517-481-7840<br />
- E-Mail Address
-
USPFO for Michigan
(bryon.gerwolds@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION/SPECIFICATION FOR FULL FOOD SERVICES AT THE FORT CUSTER EDUCATION CENTER IN AUGUSTA, MI The following requirement is needed at Fort Custer, MI. The building address is: 2900 26th Street Augusta, MI 49012 This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912JB-09-T-2018 and is issued as a Request for Proposal (RFP). This acquisition is Set Aside 100% for Small Business. The NAICS code for this requirement is 722310. The Size Standard is 20.5 Million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33 dated 15 June 2009. The contract will be awarded following receipt and evaluation of proposals. The period of performance is as follows: Base Period 1 September 2009 to 31 August 2010 for CLIN 0001; Option Period 1 1 September 2010 to 31 August 2011 for CLIN 0002; Option Period 2 1 September 2011 to 31 August 2012 for CLIN 0003; and Option Period 3 1 September 2012 to 31 August 2013 for CLIN 0004. The period of performance commences after contract award and continues for a period of twelve (12) months from date of award and three (3) twelve (12) -month option periods. The Contractor must organize the business, procure the necessary equipment and supplies, and have a complete organization ready to begin full operation as provided herein. The anticipated award date of the resulting contract is 15 August 2009. The anticipated start date of the full food service is 1 September 2009. The Government intends to make a selection decision based on its review of initial proposals without discussions for this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation as prescribed by FAR 12.301(c)(2). 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Jan 1999) (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: 1. Technical capability 2. Past performance 3. Price Technical and past performance, when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Feb 2009) - contractors shall complete only paragraph (b) of this provision if the contractor has completed the annual representations and certificates electronically at http://orca.bpn.gov. If a contractor has not completed the annual representations and certifications electronically at the ORCA website, the contractor shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions Commercial Terms (Oct 2008); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2009). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 08), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 03). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). The following FAR clauses also apply to this procurement: FAR 52.217-5 Evaluation of Options (Jul 1990); FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). The contract award will be made to the contractor whose conforming proposal represents the best value to the Government based on technical capability, past performance, and price. In order to evaluate the relevant past performance, the contractor must provide contact information for no more than five references. All qualified responsible small business sources may submit a proposal, which will be considered by USPFO for MI, P&C office. A site visit has been schedule for 14 July 2009 at 9:30 A.M. EST. Only two representatives per Contractor are allowed to attend. If you plan on attending the site visit, please contact MAJ Bryon Gerwolds bryon.gerwolds@us.army.mil via email by 9:30 A.M. EST on 13 July 2009. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1000 FULL FOOD SERVICE FFP BASE PERIOD 01SEP 09 THRU 31 AUG 10 THE CONTRACTOR SHALL PROVIDE ALL LABOR AND MATERIAL NECESSARY OR REQUIRED TO PROVIDE FULL FOOD SERVICE AT THE FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN IN ACCORDANCE WITH STATEMENT OF WORK DATED 10 DECEMBER 2008. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1000AA8,000Each BREAKFAST PER MEAL FFP FULL FOOD SERVICE - BREAKFAST AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination PURCHASE REQUEST NUMBER: W56LTC90420201 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1000AB8,000Each LUNCH PER MEAL FFP FULL FOOD SERVICE - LUNCH AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination PURCHASE REQUEST NUMBER: W56LTC90420201 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1000AC8,000Each DINNER PER MEAL FFP FULL FOOD SERVICE - DINNER AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination PURCHASE REQUEST NUMBER: W56LTC90420201 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1000AD16,000Each SNACKS FFP FULL FOOD SERVICE - MORNING AND AFTERNOON SNACKS AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination PURCHASE REQUEST NUMBER: W56LTC90420201 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 2000 OPTIONFULL FOOD SERVICE FFP OPTION PERIOD I 01 SEP 10 THRU 31 AUG 11 THE CONTRACTOR SHALL PROVIDE ALL LABOR AND MATERIAL NECESSARY OR REQUIRED TO PROVIDE FULL FOOD SERVICE AT THE FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN IN ACCORDANCE WITH STATEMENT OF WORK DATED 10 DECEMBER 2008. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 2000AA8,000Each OPTIONBREAKFAST PER MEAL FFP FULL FOOD SERVICE - BREAKFAST AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 2000AB8,000Each OPTIONLUNCH PER MEAL FFP FULL FOOD SERVICE - LUNCH AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 2000AC8,000Each OPTIONDINNER PER MEAL FFP FULL FOOD SERVICE - DINNER AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 2000AD16,000Each OPTIONSNACKS FFP FULL FOOD SERVICE - MORNING AND AFTERNOON SNACKS AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 3000 OPTIONFULL FOOD SERVICE FFP OPTION PERIOD II 01 SEP 11 THRU 31 AUG 12 THE CONTRACTOR SHALL PROVIDE ALL LABOR AND MATERIAL NECESSARY OR REQUIRED TO PROVIDE FULL FOOD SERVICE AT THE FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN IN ACCORDANCE WITH STATEMENT OF WORK DATED 10 DECEMBER 2008. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 3000AA8,000Each OPTIONBREAKFAST PER MEAL FFP FULL FOOD SERVICE - BREAKFAST AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 3000AB8,000Each OPTIONLUNCH PER MEAL FFP FULL FOOD SERVICE - LUNCH AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 3000AC8,000Each OPTIONDINNER PER MEAL FFP FULL FOOD SERVICE - DINNER AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 3000AD16,000Each OPTIONSNACKS FFP FULL FOOD SERVICE - MORNING AND AFTERNOON SNACKS AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 4000 OPTIONFULL FOOD SERVICE FFP OPTION PERIOD III 01SEP 12 THRU 31 AUG 13 THE CONTRACTOR SHALL PROVIDE ALL LABOR AND MATERIAL NECESSARY OR REQUIRED TO PROVIDE FULL FOOD SERVICE AT THE FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN IN ACCORDANCE WITH STATEMENT OF WORK DATED 10 DECEMBER 2008. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 4000AA8,000Each OPTIONBREAKFAST PER MEAL FFP FULL FOOD SERVICE - BREAKFAST AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 4000AB8,000Each OPTIONLUNCH PER MEAL FFP FULL FOOD SERVICE - LUNCH AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 4000AC8,000Each OPTIONDINNER PER MEAL FFP FULL FOOD SERVICE - DINNER AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 4000AD16,000Each OPTIONSNACKS FFP FULL FOOD SERVICE - MORNING AND AFTERNOON SNACKS AT FORT CUSTER EDUCATION CENTER (FCEC), MICHIGAN. FOB: Destination NET AMT PERFORMANCE WORK STATEMENT (PWS) FORT CUSTER FULL FOOD SERVICE 10 DECEMBER 2008 BACKGROUND This is the first year (FY 2009) in which the services will be contracted and will require close coordination between an assigned military Contracting Officers Representative(s) (COR(s)) or his/her alternates and a selected vendor. Alternates will be the RTI supply sergeant and the RTSM supply sergeant. We always seek methods of improving service and willingness to make adjustments without delay. Our goal is to assign a contractor who will provide quality meals in sufficient quantity to our most important resource, the soldier. This PWS will provide meals to Fort Custer Training Site Command, RTI, OTC, and other external Customers. The portions and meals must match or exceed the Michigan Army National Guard (MIARNG) 2009 Menu. It is the opinion of the government that contractors must maintain control over on-site supervision to ensure that an adequate number of on-site staff is present to ensure quality control. We cannot afford situations where meals are not served or served too late. Fort Custer Education Center (FCEC) needs a contractor that assures 100% effort into every meal to guarantee quality; quantity and safety are always present. SECTION 1: GENERAL INFORMATION SCOPE OF WORK. This will be a Firm Fixed Price commercial contract for the stated period of performance. The contractor shall provide all resources necessary to perform Full Food Service (FFS), Management & Food Production (M&FP) at FCEC, Building 2900 Wayne Rd., Augusta, MI as defined in this contract, except the Government-furnished property (GFP) and services specified in Attachment #1. This also includes subsistence/supplies, labor and supervision necessary to provide a salad bar with cafeteria type meals that follow the MIARNG 2009 Menu during the period 1 September 2009 through 31 August 2010, with three option years. On occasion, based on training requirements, there could be times when hot or cold drinks/soup or snacks, may be needed for extended field training periods. The Unit requiring hot/cold, drinks/soups will provide the approved necessary food container equipment to handle drinks/soups/snacks, and will be responsible for pickup and delivery of products to soldiers. 1.1The contractor will be required to provide microwaveable, or boxed, breakfast, lunch and dinner meals upon request, at the direction of the COR(s). All microwaveable or boxed meals will comply with the caloric intake standard as stated in the 14 day menu. This request will have a minimum of 24 hour notice to the Contractor. The contractor shall perform to the standards set in this Contract/Performance Work Statement. Authorized customers are identified by two classifications: Subsistence-in-Kind (SIK) and Non SIK. The Government will provide payment only for SIK customers. Non-SIK customers will pay the contractor for meals consumed. The contractor shall perform to the standards in this contract. Contractor and complete staff shall report no later than 8:00 AM one day prior to start up date so as to coordinate with the COR(s) for the issuance of buildings and equipment. The Contractor is also required to stay a minimum of one day after the end of the contract for closing out contract and turning in building and equipment. 1.2PERSONNEL. The Contractor shall furnish sufficient number of personnel to efficiently accomplish the work required by this contract. The Contractor shall ensure that all personnel meet applicable regulatory requirements IAW TB MED 530 Chapter 2 Section V Para. 2-18, 19 http://chppm-www.apgea.army.mil/documents/TBMEDS/tbmed530.pdf and/or The United States Food Code http://ww.cfsan.fda.gov/~dms/fc05-toc.html whichever is the higher standard. Personnel shall read, write, speak and understand English. There is no on post housing available; off-post housing will be the responsibility of the contractor. 1.2.1 EMPLOYEE DRESS CODE. The contractor shall provide, at a minimum, employee uniform shirts and aprons. Uniforms are to be color coordinated, clean, well fitting and in good repair. An example would be denim jeans with medium color (ex. royal blue) polo shirts with collar and placket. All employees shall wear contractor-furnished uniforms and aprons when on duty. Uniforms shall not contain commercial advertising except hats or nametags may contain the name of the contractors firm. Shoes shall be clean, of sturdy construction and shall cover the foot. Employees shall wear socks or hose as appropriate. Open toe shoes, sandals, sneakers, canvas shoes, or shoes with high platforms, spiked heels or heels higher than two inches shall not be worn. Contractor supervisors uniform shall be different from remaining staff so as for easy identification. The COR(s) prior to the contract start date shall approve the type and color of uniforms, as well as the standard dress for contractor supervisors. The contractor shall submit sample uniforms to the COR(s) 7 days after the award and prior to the contract start date. Should an employee be sent home for any of the above reasons, the contractor is still liable to perform the terms of the contract. 1.2.1.1 HAIR AND HAIR RESTRAINTS shall be IAW TB MED 530 chapter 2 section IV paragraphs 2-16. http://chppm-www.apgea.army.mil/documents/TBMEDS/tbmed530.pdf 1.2.1.2 IDENTIFICATION BADGES. All contractor personnel shall wear identification badges with a minimum of the Contractors name and the employees last name. Identification on the badge shall be readily discernible from a distance of five feet. Identification badges worn shall indicate their job title. In addition, security passes will be required to enter and leave the post and must be safeguarded and turned in on the last day of this contract after cleaning. 1.2.1.3 JEWELRY shall be IAW TB MED 530 Chapter 2 Section III paragraph 2-12. 1.2.2 CONFLICT OF INTEREST. The contractor shall not employ any person who is an employee of the United States Government or Department of Defense, military or civilian, if the employment of that person would create, or appear as, a conflict of interest, as defined in DOD 5500.7-R Joint Ethics Regulation. 1.2.3 OFF DUTY MILITARY PERSONNEL. The Contractor is cautioned that off-duty military personnel hired under this contract may be subject to change in duty hours, deployment and or recall to active duty. The abrupt absence of these personnel could adversely affect the Contractors ability to perform. Their absence at any time shall not constitute an excuse for nonperformance under this contract. 1.2.4 PERSONNEL HYGIENE. 1.2.4.1 HAND WASHING & HAND MAINTENANCE in IAW TB MED 530 Chapter 2 Section II para 2-4 & Section III paragraph 2-8, 2-10 & 2-11. 1.2.4.2 NO USE OF TOBACCO PRODUCTS in any form will be allowed except during break periods in designated outside areas. Building 2900 is a non-smoking building and no smoking is authorized within 50 feet of any federal or state owned building. 1.2.5 SEPARATION OF DUTIES Personnel who handle or serve food shall not be used to clean latrines, garbage cans, sewers, drains, grease traps or perform similar custodial duties during periods of food preparation and service. 1.2.6 USE OF ALCOHOLIC BEVERAGES/DRUGS. The use of alcoholic beverages or illegal drugs by Contractor personnel, while on duty, is strictly forbidden. The Contractor shall immediately remove and replace employees who are under the influence of alcohol or drugs. 1.2.7 LOITERING -Contractor employees shall not loiter in any working or patron area. Upon completion of their assigned shift, employees shall depart food service facilities. The Contractor shall allow only authorized personnel to be present in kitchens, storage, serving or ware washing areas. 1.2.8 REMOVAL OF CONTRACTOR EMPLOYEES All personnel employed by the Contractor in the performance of this contract or any representative of the Contractor entering the Government installation, shall abide by all security regulations of the installation and shall be subject to such checks as may be deemed necessary. The Government / COR(s) reserves the right to require the removal of an employee for misconduct, security reasons, or any evidence of communicable disease. Removal of contract employees for reasons stated above does not relieve the Contractor from responsibility for total performance. 1.2.9 EMPLOYEE HEALTH shall be IAW TB MED 530 Chapter 2 Section II paragraph 2-4. 1.2.10 VEHICLE OPERATORS Contractor personnel operating privately owned vehicles on the installation shall have a valid state license to operate a motor vehicle, have proof of vehicle insurance and utilize safety belts. 1.3 QUALITY CONTROL. 1.3.1 QUALITY CONTROL PLAN. The contractor shall establish and follow a quality control plan/program that has been approved by the government. An outline of the contractor's quality control program, to include training programs, shall be submitted with the proposal. The Contractor shall submit a complete quality control plan/program to the Contracting Officer and COR(s) for approval, within 5 days after award of this contract. The Contractor shall implement the approved quality control plan/program, on the contract start date. The Contractor shall provide the Contracting Officer and COR(s) an updated copy of the quality control plan/program as changes occurs. 1.3.2 PROVISIONS OF QUALITY CONTROL. As a minimum, the quality control program shall include the following: 1.3.2.1 An inspection/evaluation system covering all services as required by this contract. It must specify the areas to be inspected/evaluated on both a scheduled or unscheduled basis, how often inspections will be accomplished, and the titles of the individuals who will perform the inspections and a system to track these inspections. 1.3.2.2 A method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. 1.3.2.3A method of documenting and enforcing quality control operations of both prime and subcontractor. 1.3.2.4 An organization structure, which provides for quality control personnel to have direct accountability to the Contractors top management (home office). 1.3.2.5 A training program for employees on the provisions of the contract will start during the first week. The beginning of the second week, written documentation showing who was trained on the contents of the contract is provided to the COR(s). 1.3.3 CUSTOMER COMMENT PROGRAM. 1.3.3.1 The Contractor shall provide a feedback program for customer comments and similar program for follow-up resolution for unsatisfactory comments. Comment sheets will be placed on the dining tables; a comment box will be provided and attached to a wall for completed comment sheets. The COR(s) will empty the comment box and review. The COR(s) will meet with the Contractor and review comments and complaints that have been received. The Contractor will have one week to action and make corrections. 1.3.4 QUALITY CONTROL RECORDS. Records of all evaluations and inspections conducted as well as corrective actions taken shall be maintained by the contractor on-site at the installation (Building 2900) and local office. The contractor shall make these documents available to the Government / COR(s) throughout the term of this contract or upon request by the COR(s). At a minimum, the quality control records shall include all inspections IAW TB MED Chapter 12, Sections IV &V. These inspections are to be accomplished monthly. 1.4 SAFETY. Upon contract start date, the contractor shall submit a Safety Plan for employees performing work under this contract. The Contractor shall submit to the Contracting Officer or COR(S) for review a copy of the proposed Safety training Plan five (5) days after contract award and prior to contract start, which will be used to implement the Safety Program. The plan shall include a safety orientation for all employees immediately following their employment and at least monthly thereafter. 1.4.1 EMERGENCY MEDICAL TREATMENT Government furnished medical service is not available to contractor personnel. Contractor is responsible to ensure employees are provided medical care in the local community. 1.4.2 ACCIDENT/INJURY REPORTING. Immediately upon the occurrence of a job-related injury, the contractor shall notify the COR(s). The COR(s) or Contractor will notify the Chief of Logistics (LTC Richard Rempalski) at 269-731-6685, and the Contracting Officer (MAJ Bryon Gerwolds) at 517-481-7840. 1.4.3 FOOD PREP EQUIPMENT. No food preparation equipment will be running while the facility is left unattended. If there is a product in the oven, a cook must be present. 1.5 FIRE PREVENTION AND PROTECTION. As a minimum, Contractor must ensure all personnel have a working knowledge in the use of a fire extinguisher. If necessary, the COR(s) may coordinate set up a short class for contracted employees conducted by a firefighter on the equipment use. 1.6 QUALITY ASSURANCE. 1.6.1 EVALUATION OF CONTRACTOR PERFORMANCE. The Government / COR(s) will monitor the Contractors performance under this contract using the procedures outlined in paragraph 1.3.1, 1.6.2, and 1.6.3 as well as those of the Contractors Quality Assurance Plan. Typical procedures include random sampling (inspections), planned sampling (inspections), checklists and customer comments. This should not be considered an all-inclusive list. The primary objective of the Governments Quality Assurance efforts will be to determine the effectiveness of the Contractors quality control program/system. 1.6.2 SANITATION INSPECTIONS. In addition to inspection of Contractor performance by the Contracting Officer and COR(s), an Installation Medical Authority (IMA), US Army Veterinary Corps personnel, and or County Health Department representative will also inspect for compliance with sanitation standards of TB MED 530 chapter 12, section IV. Deficiencies will be reported to the Contracting Officer for appropriate action. The Contracting Officer may order the dining facility closed as a result of sanitation discrepancies and hold the Contractor financially liable for the cost of procuring replacement meals off the economy. 1.6.3 PERFORMANCE EVALUATION MEETINGS. The contract manager shall be required to meet weekly with the COR(s) during the first month of the contract. Meetings will be held as often as necessary thereafter, as determined by the COR(s). The COR(s)s may produce written minutes of these meetings as needed which shall be signed by the project manager and the Contracting Officer. Should the Contractor not concur with the minutes, the Contractor shall state any areas of non-concurrence in writing to the Contractor Officer within five (5) workdays of receipt of the signed minutes. 1.6.4 FOOD MANAGEMENT TEAM (FMT) Department of the Army FMT visits all Army owned dining facilities on a scheduled or requested basis. During visits, FMT evaluates individual dining facilities to determine effectiveness of the overall installation food program (AR 30-22, paragraph 3-49). https://akocomm.us.army.mil/usapa/med/index.html 1.6.5 ACCESS TO FACILITIES. The Contractor shall provide access to facilities for observation/inspection by any Government agency or individual authorized access by the COR(s). Observation/inspections may be with or without notice and will be within normal facility operating hours so that we are not interfering with the efficient operation of the facility and the troops being fed. 1.7. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all Government property provided for contractor use. The contractor shall secure the facility, equipment and supplies any time during the duty day when personnel are off duty, i.e. between meals, out of the building or at the close of the facility. 1.7.1 KEY CONTROL. The Contractor shall provide the COR(s) with a key control plan as part of the Quality Control Plan as addressed in 1.3.1. The Contractor shall maintain and provide to the COR(s) a key register which shall include name, job title and phone number to account for all keys issued by the Government. No keys issued to the contractor by the Government shall be duplicated. The contractor shall report any loss of keys to the COR(s) immediately after discovery of such loss. The contractor shall be responsible for all costs for replacement of keys and/or re-keying of locks if such action was necessary due to negligence of contractor personnel 1.7.2 The contractor shall immediately notify the COR(s) of any instance of suspected waste, fraud, abuse or theft of Government Furnished Property by employees or subcontractors. 1.8 MEAL SERVICE HOURS. Meal service hours for military dining facilities are: Breakfast0600-0800 hours ** Lunch1130-1330 hours ** Dinner1700-1900 hours ** ** Contractor may be asked to adjust schedule one hour earlier and/or one hour later based on occupancy of the FCEC. 1.9ENVIRONMENTAL PROTECTION. The contractor shall be conscious of the environmental impact of actions related to this contract and comply with all known standards. 1.10 SCHEDULED CLEANING PLAN. Not later than 10 days following contract award, the Contractor shall submit to the COR(s) a cleaning schedule for the dining facility. Documentation of implementation of this schedule is required as part of the Contractors Quality Control Plan (See para 1.3.1). 1.10.1GREASE INTERCEPTORS. The contractor will be responsible for the cleaning of the grease trap(s). The contractor shall skim grease traps daily prior to running any water through sinks. Grease traps shall be cleaned once each week (COR(s) to be notified of which day) to remove all accumulations of scum, slime, and residue. 1.10.2 HOOD VENTS The contractor is responsible for cleaning of hood vents. Thorough cleaning of Hood vents shall be done weekly (COR(s) to be notified of the day to allow for inspections). 1.11 SANITATION TRAINING. 1.11.1 MANAGERS. The Contract Manager, Dining facility managers/supervisors and all assistant managers/supervisors shall have a current Sanitation Certificate from the Educational Testing Service (ETS); or a certificate showing completion of a formal course of study through, or equivalent to, The Educational Foundation of the National Restaurant Association Course in Applied Food Service Sanitation; or a sanitation course of study from an accredited college or university. For the purpose of this contract, a current certificate is one that has been obtained within five years of the contract start of performance. The COR(s) will verify credentials and know that the person in-charge has been certified. 1.11.2 EMPLOYEES. The Contractor shall provide all employees upon starting work, with training in the principles of personal hygiene, food service sanitation, and TB MED 530 chapter 2. The scope of the training shall be directed to the individual's role in prevention of food-borne illness. The Contractor may request assistance through the COR(s). SECTION 2: GOVERNMENT FURNISHED PROPERTY (GFP) AND SERVICES 2.1 GENERAL. The Government will provide the Dining Facility in Building 2900 and equipment that is plumbed, wired and/or considered permanent real property. This includes but is not limited to the following items: dishwasher, griddle, ranges, refrigerators, and freezers (Attachment #1). Tables and chairs for customers are also provided. 2.2 INITIAL GFP. The contractor and the Government shall jointly determine the number and condition of all items of Government Furnished Property/Equipment/Material to include the serial number of each serial numbered item. This inventory will be accomplished, as a minimum one day prior to the start date of the contract. 2.2.1 AUDITS. The Government retains the right to audit the contractor's GFP control system as frequently as conditions warrant by prior arrangement. 2.2.2 ACCOUNTABILITY. The contractor shall be directly responsible and accountable for all GFP upon delivery of such GFP into its custody or control, in accordance with the terms of this contract. 2.2.3 CONTRACT COMPLETION/TERMINATION INVENTORY: Upon contract completion, or termination, the Government and the contractor at the written direction of the COR(s) shall conduct a joint inventory. The contractor/project manager/property control representative, Government Property Administrator (GPA) and functional area representatives will be present at these inventories. This inventory will be accomplished not later than 2 days after the completion of the contract. 2.2.4 REMOVAL OF GFP EQUIPMENT AND MATERIAL. The GPA will provide the contractor a chain of custody document when GFP Equipment or Material listed in this contract is removed for repair or replacement from the contractor operated building/facility. 2.2.5 REPLACEMENT GOVERNMENT FURNISHED PROPERTY /EQUIPMENT. When replacement GFP, equipment or material is provided to the contractor, the contractor shall immediately acknowledge acceptance and responsibility for the GFP. 2.2.6 LOSS OF OR DAMAGE TO GOVERNMENT FURNISHED PROPERTY. Upon discovery of any loss or damage to GFP, equipment or material, the contractor shall immediately notify the GPA/COR(s) verbally. A written notification shall follow within two days. The contractor shall investigate and report, in writing, to the GPA all cases of loss, damage or destruction of GFP in its possession as soon as the facts become known but not later than seven days after discovery. Contractor shall be liable for repair or replacement of damaged item due to contractor negligence. Negligence is to be determined by the COR(s) after reviewing the circumstances surrounding the loss/damage. 2.2.7 FACILITIES. The contractor shall, as directed by the COR(s), restore the facilities, areas and GFP to the condition in which received, fair wear and tear excepted, at time of contract completion or termination of this contract, except as otherwise approved in writing by the COR(s). 2.2.7.1 MAINTENANCE. Maintenance, repair and replacement of Government Furnished Property, with the exception of circumstances described in 2.2.6, facilities and equipment will remain the responsibility of the Government. The Government will furnish alterations, repairs and maintenance of dining facilities. The contractor shall notify the COR(s), in writing, when obvious building alterations, repairs or maintenance are required. 2.2.8 EQUIPMENT WARRANTY REPAIRS. The manufacturer or dealer as specified in the equipment warranty will accomplish warranty repairs. If the contractor performs unauthorized maintenance such that it voids the warranty, the contractor shall be responsible for subsequent maintenance of the items for the period that would have been covered by the warranty. 2.3 DINING FACILITIES. The government will furnish all items necessary in accordance with (IAW) the industry standard of operating a dining establishment. These items include but are not limited to: Metal eating utensils, china or industry equivalent, hot cups, dessert plates, trays, beverage glasses and other supplies as needed for this facility. The contractor will provide all disposal type napkins, along with all disposal type dinnerware needed to feed additional (SIK) soldiers if the need arises to utilize an additional dining facility as well as meals prepared for locations other than the Government provided dining facility in Building 2900. 2.3.1 GARBAGE. The contractor will provide garbage bags used in the dining facility. The Government will provide garbage dumpsters outside the facility. When dumpsters are full, the contractor will coordinate with the COR(s) to ensure that either garbage is transported to a proper disposal point or that the dumpster gets emptied. 2.4 GOVERNMENT FURNISHED SERVICES: 2.4.1UTILITIES. Utilities required for operating the dining facility and equipment shall include, but are not limited to: electric, water and gas. 2.4.1.1 CONSERVATION OF UTILITIES. The contractor shall implement an energy conservation program at the dining facility to ensure energy is conserved. The Contractor shall instruct all employees in the principles and methods of conserving energy. The Contractors program will be incorporated into the Quality Control Plan (See Para 1.3.1). 2.4.2 TELEPHONE. There is telephone service in Building 2900. Contractor owned cellular phone is encouraged. 2.4.3 INSECT AND RODENT CONTROL. The Government will provide periodic pest control service. The contractor shall notify the COR(s) any time insect/rodent activity or harborage is discovered. 2.4.4 POLICE AND FIRE PROTECTION. The Government will provide the contractor with the available telephone numbers, addresses and procedures for respective military installation and local civilian sources. 2.4.5 VETERINARY SUPPORT. The Government shall provide support as required or requested for the evaluation and or inspection of the dining facility. 2.4.6 LIGHT BULBS. The Government will provide and install replacement light bulbs. 2.4.7 MENU DISPLAY BOARDS. The Government will provide a write-on display board whereby the contractor will be able to post the current and next day menus. The contractor shall post both current and following day menus for Breakfast, Lunch and Dinner to include the price of each meal for NON-SIK customers. The menus will be posted by 0530 each day to ensure all diners have access to the following days menus of which a copy will be provided to the COR(s) daily to include any and all changes. 2.4.8 PUBLICATIONS. The Government will provide Army publications as specified in this contract. 2.4.9 POSTERS. The Government may provide educational materials in the form of posters and table displays to the contractor for display in the dining facility. SECTION 3: CONTRACTOR FURNISHED ITEMS AND SERVICES 3.1 SUBSISTENCE. The contractor shall provide all subsistence items necessary to provide meals in accordance with the MIARNG 2009 day Menu (Attachment #2) which includes a salad bar for the lunch and dinner menus. The menu shall be used as a guideline while preparing menus for the COR(s) approval. Nutrition values will be adhered too; the following web site can be used to provide assistance in following these guidelines. http://www.quartermaster.army.mil/aces/garrison/management/dfac_management.html 3.2 HEADCOUNT AND CASHIER. The contractor will maintain strict control of a daily headcount register for each meal. To verify that meals are consumed by authorized SIK personnel, individuals need to dine at the facility. Emergency meals with printed name and signature are required for to-go meals. SIK headcount register must be submitted to COR(s), as proof of meals served. The contractor will provide a cashier to cover all SIK and Non-SIK customers who will be present at the entryway desk during meal times. A military representative will also be present at all meals for headcount. The military representative (HEADCOUNT) will be provided by each using Unit and form DA 3032 (Headcount Sheet) will be utilized. 3.3 PAPERLESS SYSTEM. The contractor will work with the MI ARNG towards a paperless system. The COR(s) will issue meal cards, electronic cards or implement another electronic means of tracking SIK customers which will be used during the term of this contract. 3.4 CLEANING SUPPLIES. The contractor will provide all cleaning supplies to maintain the dining facility in accordance with industry standards and TB MED 530. These supplies include, but are not limited to: bleach, soap, oven and grill cleaners, paper towels, floor wax, grill screens, toilet paper, etc. 3.5 LOST AND FOUND. The contractor shall safeguard all unclaimed items left in the dining facility and return them to the COR(s) at least weekly. 3.6 GROUND CLEANLINESS. The Contractor shall ensure that the outside area within a 25-foot radius of the dining facility and administrative building is kept clean of trash, to include cigarette butts. 3.7 GENERAL SANITATION REQUIREMENTS. The contractor shall keep all floor areas clean and free of debris at all times to include sweeping, vacuuming, mopping, sanitizing, waxing and buffing as predicated by floor type in the receiving, storage, preparation, cooking, serving and dining areas. The dining facility woodwork, walls, ceilings, doors, windows, window glass, furniture, equipment and other miscellaneous items will be clean at all times. The contractor shall perform all sanitation procedures to meet or exceed the requirements of TB MED 530. The contractor should be familiar with requirements for military food service standards. Military standards and procedures are described in Occupational and Environmental Health Food Service Sanitation Technical Medical Bulletin (TB) 530. TB MED 530 is available at http://chppm-www.apgea.army.mil/documents/TBMEDS/tbmed530.pdf (You may have to copy and paste this address into your browser to access the site.) The contractor shall post all Government provided sanitation procedure signs. 3.8 DECORATIVE MATERIALS. The contractor will provide decorative materials for holidays and special occasions at their discretion. SECTION 4: SPECIFIC TASKS FOR MEALS 4.1 MENUS. See the MIARNG 2009 Menu (Attachment #2) and salad bar requirements. The 14-day rotating menu will be followed as closely as possible. 4.2 FULL MEAL SERVICE. The contractor will provide meals in accordance with the MIARNG 2009 Menu and Salad Bar requirements listed in Attachment #2. COR(s) or an assigned individual can approve menu substitutions during the performance period. On occasion, based on training requirements, there could be times when hot or cold drinks/soup or snacks, may be needed for extended field training periods. These requests will be requested 48 hours in advance. 4.2.1 MENU SELECTIONS. Contractor will provide COR(s) one week prior to use, menu plans for review to ensure all elements of menu are planned. 4.3 PROJECTED QUANTITIES. The Government will provide estimated quantities in advance through the COR(s) for projected meals for potential subsistence-in-kind (SIK) customers. NOTE: Initial estimated SIK numbers are available two weeks prior to consumption dates. Revised SIK numbers are available one week prior to consumption date. Contractor will allow changes up to 48 hours prior to day of consumption this is to be the exception, not the rule. 4.3.1 LEFTOVERS. Contractors will adhere to the guidelines in TB MED 530 Chapter 3 Section V para 3-57, when considering the use of leftovers. http://chppmwww.apgea.army.mil/documents/TBMEDS/tbmed530.pdf 4.4 FOOD QUALITY. Contractors will adhere to the guidelines in DA Pamphlet 30-22 and the Defense Supply Center Philadelphia for procurement of subsistence guidelines on meat, produce and dairy quality. http://www.army.mil/usapa/epubs/pdf/p30_22.pdf http://www.dscp.dla.mil/subs/support/specs/procure.asp 4.5 AUTHORIZED DINERS. SIK soldiers are the ONLY diners authorized for contractor reimbursement. SIK soldiers will have a meal card for identification. The meal card PLUS military ID card is required for service whether in uniform or not. All other diners are identified as NON-SIK and are responsible for cost of their own meal, but must be authorized by the Contractor to ensure rations are available for SIK personnel. All non-SIK and other diners will pay the same rate for meals that the Contractor receives from the Government for reimbursed SIK soldier meals. To ensure that only authorized diners are using the facility, a headcount/cashier MUST be at the front door collection point at all times during the serving periods and utilizing form DA 3032. The COR(s) will occasionally spot check to ensure soldiers are being checked as they enter the facility. Contractor will provide a cash register and credit card point of sale (POS) machine that will accept Master Card/Visa at a minimum. 4.6 TO-GO MEALS. Only the COR(s) can request to go meals on an emergency basis only. Those meals will come off the standard meal on the serving line for that particular meal time frame, and will not exceed the rate for the standard meal price. 4.6.1 The COR(s) can request microwave or boxed meals for TDY travelers. This method of issuing meals is to be kept at a minimum, for emergency and extreme duty situations only. 4.7 PAYMENT. Itemized invoices must be certified by the COR(s) prior to submission to the Contracting Office. Daily sign-in registers will be used to validate consumption of meals. Any questions in reference to invoicing procedures/payments shall be addressed to the Contract Administrator. 4.7.1 Contractor will be guaranteed payment for a total of 25 meals per day for scheduled operational days. 4.7.2 Contractors failure to show on time for scheduled support will result in the forfeiture of the 25 meal per day guaranteed payment and will only be compensated for personnel actually served. SECTION 5: FACILITY INFORMATION: 5.1 Seating capacity: 125 5.2.1 A Ration area: 1 5.2.2 Self service area - salad bar: 1 5.3 Dining Facility square footage Building 2900 5.3.1 FLOOR AREA SQ FTFLOOR TYPE Dining area:2235Ceramic Tile Kitchen area971Ceramic Tile Storage Rooms:113Ceramic Tile Serving Lines:168Ceramic Tile Dish drop area 86 Ceramic Tile Scullery areas:213 Ceramic Tile Offices 87 Ceramic Tile Rest Room: 67 Ceramic Tile 5.3.2WINDOW AREASNUMBERSQ FT Exterior windows 4128 (estimated) Service Contract Act. Wage Determination 1996-0106, revision 21, dated 1/22/2009 has been listed in this requirement to remind Contractors of the minimum wage which must be paid to employees. The Wage Determination can be accessed at: http://www.wdol.gov/ Successful Contractor is required to have insurance coverage as required in FAR 52.228-5. The amount of coverage shall be no less than $500,000 per occurrence for bodily injury and no less than $50,000 per occurrence for property damage. Two copies of each proposal must be delivered to United States Property & Fiscal Office, Purchasing & Contracting Division, Attention: MAJ Bryon Gerwolds, 3423 N. Martin Luther King Jr. Blvd, Room 219, Lansing, MI 48906-2934. Proposals, including a written sample menu, must be received by 12:00 PM EST on 7 August 2009. Any exceptions to any terms and conditions must be clearly listed. Questions regarding terms and conditions must be submitted in writing to MAJ Bryon Gerwolds via email at bryon.gerwolds@us.army.mil by 12:00 PM EST on 3 August 2009. Contractors are encouraged to attend the site visit to inspect the site where services will be performed and surveying all general and local conditions that may affect performance, to the extent the information is reasonably obtainable. In no event shall failure to attend the site visit be grounds for a claim after the contract award. Contractors are advised not to ask questions of the Government personnel in attendance but to submit, in writing, any questions to MAJ Bryon Gerwolds via email by the due date for questions. Failure to meet the deadline for receipt will result in rejection of the proposal as untimely. Telephonic responses will not be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-09-T-2018/listing.html)
- Place of Performance
- Address: Fort Custer Education Center 2900 26th Street Augusta MI<br />
- Zip Code: 49012-9203<br />
- Zip Code: 49012-9203<br />
- Record
- SN01867929-W 20090709/090708001850-85513658ebd1df8f139888125c4d53e3 (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 |