Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2009 FBO #2868
SOLICITATION NOTICE

89 -- Cafeteria Services for the Volpe Center - Attachment 1 - Statement of Work

Notice Date
9/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-10-R-20001
 
Archive Date
1/30/2010
 
Point of Contact
Jeanne M Rossetsky, Phone: 617-494-3853
 
E-Mail Address
jeanne.rossetsky@dot.gov
(jeanne.rossetsky@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work - Cafeteria Services This is a combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR Part 12, Subpart 12.6, as supplemented with additional information included in this notice. The Contracting Officer (CO) is utilizing policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items; FAR Part 13.5, Test Program for Certain Commercial Items; and FAR Part 15, Contracting by Negotiation; and as supplemented with additional information included in this notice. The clauses and provisions incorporated in this synopsis/solicitation are those in effect through the Federal Acquisition Circular 2005-36, effective August 11, 2009. This combined synopsis/solicitation announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTRT57-10-R-20001 and is issued as a Request for Proposal (RFP). The North American Industry Classification Code (NAICS) is 722310, Food Service Contractors and the small business size standard is $20.5 Million. STATEMENT OF WORK (SOW) – See ATTACHMENT NO. 1 to this announcement. This solicitation is for the establishment and operation of the John A. Volpe National Transportation Systems Center (Volpe Center) cafeteria; utilizing the contractor’s name, for the purpose of dispensing food, nonalcoholic beverages and such other items as may be authorized by the CO and as described in the attached Statement of Work (SOW). The contractor must organize the business, procure the necessary equipment and have a complete organization ready to begin full operation on January 1, 2010. The resulting contract will be a no cost contract. The anticipated award of the contract will be on or about December 1, 2009. The period of performance is as follows: CLIN 0001 - Transition Period – December 14, 2009 through December 31, 2009 CLIN 0002 - Base Period - January 1, 2010 through December 31, 2010 CLIN 0003 - Option Period 1 - January 1, 2011 through December 31, 2012 CLIN 0004 - Option Period 2 - January 1, 2013 through December 31, 2014 CLIN 0005 - Option Period 3 - January 1, 2015 through December 31, 2016 CLIN 0006 - Option Period 4 - January 1, 2017 through December 31, 2018 CLIN 0007 - Option Period 5 - January 1, 2019 through December 31, 2020 CLIN 0008 - Option Period 6 - January 1, 2021 through December 31, 2022 CLIN 0009 - Option Period 7 - January 1, 2023 through December 31, 2024 INSTRUCTIONS TO OFFERORS: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a proposal which shall be considered by the Agency. In accordance with the Randolph Sheppard Act (20 U.S.C. 107), a blind concern which is found to be responsive, responsible, and offering a fair and reasonable price will be awarded the contract without further negotiation. If an offeror wishes to provide their own cash registers, please provide a complete description, including catalog cuts and other descriptive literature, of the registers with the proposal. Any special utility to be provided by the Government, such as dedicated electrical service, phone and data lines shall be noted in the proposal in conjunction with the catalog cut sheets. The contractor shall also provide a credit card machine for acceptance of credit/debit cards from patrons. A site visit has been scheduled for October 14, 2009 at 9:00 A.M. No more than five (5) representatives per Offeror are allowed to attend. Offerors are encouraged to attend the site visit to inspect the site where services will be performed, and survey all general and local conditions that may affect performance. If you plan on attending, please contact Ms. Jeanne Rossetsky via email at jeanne.rossetsky@dot.gov no later than October 9, 2009 at 2:00 PM EST. In no event shall failure to attend the site visit be grounds for a protest or claim after the contract award. Offerors are advised to submit any questions to Ms. Jeanne Rossetsky via email by close of business on October 16, 2009. Questions submitted telephonically or a voice mail message will not be responded to. Written proposals, to include no more than 30 pages, shall include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. Please provide information regarding the on-site/off-site food preparation, transportation, catering plans and procedures. Is there a bulk food purchasing system in place for the purchase of supplies for the Volpe Center Cafeteria and other establishments? Explain any ideas to increase business from within the Volpe Center’s on-site population. Demonstrate a variety of menus, special holiday menus, and possible catering menus with prices included. The Manager shall be delegated the authority to act on the Contractor’s behalf, and shall be able to efficiently and effectively manage the day-to-day operation of the cafeteria relative to supervision of personnel and training, menu planning, purchasing, cost control, sanitation, etc. The Offeror shall provide a resume of the proposed Manager as evidence of their capability. The Offeror shall also employ sufficient personnel to maintain sanitary conditions and satisfactory services, ensuring prompt, efficient service at all times. The Offeror must have adequate reserve staff for all times that the cafeteria is open. A staffing plan shall be submitted as part of the proposal detailing the offeror’s compliance with the requirements set forth above. The Government intends to award a contract without discussions and advises all Offerors to present their best prices in response to the solicitation; however, the Government reserves the right to open discussions if deemed necessary. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. Six copies of the written quotes, including sample menus, should be mailed/delivered to the Volpe Center, ATTN: RVP-32/Jeanne Rossetsky, 55 Broadway, Cambridge, MA 02194. Quotes shall arrive no later than 2:00 P.M. EST on October 30, 2009. Responses received after October 30, 2009 at 2:00 P.M. EST are late and will not be considered. Quotes submitted via facsimile or electronically are not authorized and late responses will not be considered. EVALUATION OF OFFERS: FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. (1) Technical Capability (i.e., Menu Cycle, Variety and Pricing Structure of Proposed Menu Items); (2) Staffing, and (3) Relevant Past Performance are equal factors in the evaluation of offers. Past performance information will be used for both responsibility determinations and as an evaluation factor. The Offeror shall provide a list of three contracts that it is currently performing or has completed within the past three years and that the Contractor considers the most relevant in demonstrating its ability to perform the proposed effort. An Offeror shall include the following for each contract: Contracting Officer’s name, Contracting Officer’s agency/firm and address, Contracting Officer’s telephone number, description of the work performed under the contract, task order number, period of performance, and total contract value. The Offeror will be given an opportunity to respond to any negative past performance information will be evaluated as received within the specified time frame, the negative past performance information will be evaluated as submitted. If the Offeror has no relevant past performance history, it must affirmatively so state. If the Offeror does not include past performance history or does not affirmatively state that no past performance history exists or can be obtained, the proposal will be rated unacceptable. The Government will evaluate offers for award purposes by conducting price analysis of the Offeror’s Pricing Structure of Proposed Menu Items to determine reasonableness of the proposed prices. There will be three (3) primary price analysis methods utilized to determine the price reasonableness of the Offeror’s menu prices: 1.The Government will compare the prices offered for like/similar items by all contractors submitting proposals. 2.The Government will utilize previous prices paid for like/similar items. 3.The Government will compare the proposed prices to those found at like or similar cafeteria’s/deli’s in the surrounding Cambridge Kendall Square area. PROVISION AND CLAUSES: 52.212-3. Representation and Certifications-Commercial Items (AUG 2009), an offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraph (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items (MAR 2009) is hereby incorporated by reference including the following clause as subparagraph (u) FAR Clause 52.217-9, Option to extend Term of Contract (MAR 2000), fill-ins paragraph (a) 30 calendar days and paragraph (c) 15 years after the date of the contract award. The following Transportation Acquisition Regulation (TAR) Clauses are incorporated by reference as subparagraph (v): (1) 1252.223-71, Accident and Fire Reporting (APR 2005); (2) 1252.237-70, Qualifications of Contractor Employees (APR 2005); (3) 1252.237-73 Key Personnel (APR 2005) and (4) 1252.242-73 Contracting Officer’s Technical Representative (OCT 1994). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2009). The following clauses are appropriately checked: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); (18)52.219-28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C 632(a)(2); (13) 52.222-3, Convict Labor (June 2003)(E.O. 11755); (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2009)(E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246);(27) 52.222-54, Employment Eligibility Verification (JAN 2009) (Executive Order 12989); (29) 52.223-15, Energy Efficiency in Energy Consuming Products (DEC 2007 (42 U.S.C. 8259b); (c)(1) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007)(10 U.S.C. 351, et. seq.); (3) 52.222-43, Fair Labor Standards Act and Services Contract Act – Price Adjustment (FEB 2002) (29 U.S.C. 206 and 41 U.S.C.351, et seq.); (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAR 2009 (Pub L. 110-247); (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEPT 2008)(31 U.S.C. 5112(p)(1)). The following clauses are added to 52.212-5; (1) 52.204-4, Printed or Copied Double Sided on Recycled Paper (AUG 2000); (2) 52.217-8, Option to Extend Service (JUL 1990); (3) 52.217-9, Option to Extend the Term of Contract (MAR 2000); (4) 52.223-9, Certification and Estimate of Percentage of Recovered Material Content for EPA – Designated Items (MAY 2008); (5) 52.223-10, Waste Reduction Program (AUG 2000); (6) 52.228, Insurance-Work on a Government Installation (JAN 1997); (7) 52.245-1, Government Property (JUN 2007). ATTENTION: The following notice is provided for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169 or visit the website http://osdbuweb.dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-R-20001/listing.html)
 
Record
SN01975062-W 20091001/090930001522-354c2bbb9a0782ff2be04b08e73aa0e8 (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.