SOLICITATION NOTICE
89 -- Breakfast and dinner rations prepared in a mobile kitchen.
- Notice Date
- 3/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
- ZIP Code
- 83705-6512
- Solicitation Number
- W912J710R0001
- Response Due
- 3/25/2010
- Archive Date
- 5/24/2010
- Point of Contact
- Sandra Snediker, 2082724602
- E-Mail Address
-
USPFO for Idaho
(sandra.snediker@id.ngb.army.mil)
- Small Business Set-Aside
- N/A
- 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 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, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912J7-10-R-0001. All quotes shall reference the RFQ number and shall be submitted by 4:00 P.M. Mountain Standard Time on 25 March 2010. The anticipated award date is 02 April 2010. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-38 dated 01 Feb 2010. This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award may be made to participating large business. The North American Industry Classification system code (NAICS) 722310 size standard of $20.5M. Contract line item numbers and quantities: CLIN 0001 Breakfast. Meal prices will include mobile catering unit with staff, food/drinks, ice, preparation area, refrigeration storage, paper products, condiments and all incidentals necessary to prepare stated meals IAW the performance work statement. Listed numbers are in the performance work statement by day and are estimates +/- 5%. Exact numbers will be provided NLT 15 days from performance. Exact numbers will remain within +/- 5%. Current numbers for breakfast are 18,411. CLIN 0002 Dinner. Meal prices will include mobile catering unit with staff, food/drinks, ice, preparation area, refrigeration storage, paper products, condiments and all incidentals necessary to prepare stated meals IAW the performance work statement. Listed numbers are in the performance work statement by day and are estimates +/- 5%. Exact numbers will be provided NLT 15 days from performance. Exact numbers will remain within +/- 5%. Current numbers for dinner are 18,411. CLIN 0003 Warming Beverages. Warming meal prices will include mobile catering unit with staff, food/drinks, ice, preparation area, refrigeration storage, paper products, condiments and all incidentals necessary to prepare stated meals IAW the performance work statement. Listed numbers are in the performance work statement by day and are estimates +/- 5%. Exact numbers will be provided NLT 15 days from performance. Exact numbers will remain within +/- 5%. Contractor is to use the dinner numbers for the warming beverages. Current numbers for warming beverages are 18,411. CLIN 0004 Manpower. Manpower Reporting Requirements. 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. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COR); (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); (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 purpose of reporting this information) (The UIC is W8ARAA); (11) Locations where contractor and sub-contractors perform the work (specificed by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (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. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. 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 contractor's systems to the 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. Contractor is to furnish all labor, material, food, beverages, supervision, equipment and associated services to provide rations from the contractors mobile kitchen to be located at MATES as defined in the Performance Work Statement. Place of performance is MATES located at 33400 S. Orchard Access Rd, Boise, ID 83706-9639. The following provisions apply to this solicitation: FAR 52.212-1 Instructions to Offerors, Commercial. FAR 52.212-2 EvaluationCommercial 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: Past Performance and Price. Past Performance is significantly more important than 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 Government intends to evaluate quotes and award contracts without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offerors initial quoted should contain the Offerors best terms from a price standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. SITE VISIT: A site visit will be conducted on 12 March 2010, at 9:00 a.m. Mountain Standard Time. Contractors shall meet at the Idaho Army National Guard MATES facility located at 33400 S. Orchard Access Rd, Boise, ID 83706-9639 in the main entrance of MATES. All interested parties who will attend this site visit will RSVP by email the name of the company and representatives to Sandra.snediker@us.army.mil. This will be the only site visit for this synopsis/solicitation. Any explanation desired by an offeror regarding the meaning or interpretation of the synopsis/solicitation, Performance Work Statement (PWS), etc., must be requested in writing. A cut-off date for receiving questions concerning this combined synopsis/solicitation has been established as 15 March 2010 at 3:00 p.m. Mountain Standard Time. Because of the tight time constraints involved in this requirement, questions will not be addressed after that date. The time limits for this requirement will not be extended. The Contracting Officer reserves the right to address questions received after the cut off date. Offerors are strongly encouraged to submit questions early in this process. A questions and answer document will be posted on FedBizOps. Any interpretations made will be in the form of an amendment of the solicitation and will be posted on FedBizOps. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Submit questions by email to the contracting office at the addresses shown below: USPFO for Idaho Purchasing and Contract Subject Line: Brigade Gunnery Rations - Reference W912J7-10-R-0001 Email: Sandra.snediker@us.army.mil and jerry.deweerd@us.army.mil All information relating to this synopsis/solicitation, including pertinent changes/amendments and information prior to the date set for receipt of quotes, will be posted on the FedBizOps website. Though every effort will be made to provide email notification when a change is posted, such notification is NOT guaranteed and should not be expected. A repository is provided for hand carried quotes and is located at USPFO for Idaho, Purchasing and Contracting section, 3489 W. Harvard Street, Boise Idaho 83705. Hand carried quotes must be delivered to the repository prior to the time established for receipt of quotes. Offerors are cautioned that approval to enter the base must be obtained prior to the closing date for receipt of quotes. All requests for entry must be made not later than 48 hours in advance and must include the following information: Company Name, Telephone Number, Visitors Name, Type of Vehicle, and Registration Number. Email all requests to: Sandra.snediker@us.army.mil and jerry.deweerd@us.army.mil. Delays are probable at the entry point and should be accommodated for. Late receipt of quotes due to base entry delays may not be deemed excusable, and the Contracting Officer may declare the quote late and remove it from consideration. This synopsis/solicitation does not commit the Government to pay costs incurred in preparation and submission of initial and subsequent quote or for other costs incurred prior to award of a formal contract. Offerors are cautioned to strictly comply with all instructions within this synopsis/solicitation to ensure submission of a complete quote. Failure to furnish a complete quote, at the time of quote submission, may result in the quote being unacceptable to the Government; and be eliminated from consideration for award. Each offerors quote shall be submitted as set forth below and all information shall be confined to the appropriate part to facilitate evaluation. Quotes which do not follow these guidelines or which do not include the requested minimum information may be eliminated from further consideration for award. 1. PART I Documents and Price 2. PART II - Past Performance Offeror shall submit one copy of their quote electronically or hard copy. If submitted electronically the file shall be in a Microsoft office format. The email or cover page will clearly identify the offerors name, synopsis/solicitation number, and title. All quotes shall be prepared on standard 8.5 x 11 inch paper and shall be in a legible font size (11 minimum). All pages of each quote shall be appropriately numbered. Each page shall have no less than a one-inch margin at the top, the bottom, and on each side. Page numbers, notations of proprietary information, and any other identifying information printed on each page are excluded from the margin requirement. Late quotes will not be considered. PART I. Price. A complete quote shall contain the following: Executive Summary - A summary cover letter to the quote should provide the following: Identification of the quote POC, address, phone number, Cage Code, DUNS Number and Tax Identification Number TIN. Price for all CLINs. Quotes that do not contain complete pricing information for all CLINs will not be considered or evaluated as the Government intends to do one award for this synopsis/solicitation. PART II Past Performance. Part II shall contain the Past Performance information described in this section. Past performance includes current and present performance. Offerors are required to identify and submit a past performance record which are similar in complexity and size to this project, within the last three years. Only references for same or similar type contracts are desired. Offerors shall submit information on no more than 4 specific and related contracts/work efforts. This information includes, but is not limited to, contracts or work efforts under which the offeror (including other divisions) was primarily responsible for contract and/or workload accomplishment, served as a subcontractor, or was teamed with other Contractors on efforts in which the offeror gained experience which will be brought to bear or significantly influence the performance of this effort. For each reference furnished, offeror shall include the following information: Name of Contracting Activity that awarded the contract Contract Number and Period of Performance Total Contract Value Name of the Contracting Officer, to include Phone Number and Email address Name of Contract Administrator, to include Phone Number and Email address List of major subcontractors Brief history of the work performed (Information submitted must clearly describe the relevance of the effort to the work proposed.) Comments regarding compliance with contract terms and conditions Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. The Contractor is responsible for the accuracy of the furnished information. The Government will not compensate for erroneous or outdated phone numbers, FAX numbers, or addresses. Past Performance Narrative: In addition to individual contract references above, offeror should submit a narrative assessment of how the offeror has performed on previous contracts. This narrative must not exceed 10 pages. Information should describe conformance with contract requirements, PWSs, and standards of quality food served. Offeror shall describe in complete detail layout and equipment to include but not limited to mobile kitchen, refrigeration, dry storage, power generation, employee hand washing station, Gray water stoarage/disposal and potable water storage used in past performance. Offeror shall also describe in complete detail any experience with food service and adhering to the FDA Food Code. Performance References: Offerors shall prepare and submit a maximum of 4 prior/current clients a Package Information and Forms which is attached separately on this website. This includes correspondence explaining the requirement to obtain an independent evaluation of prior contract performance, and the Past Performance Questionnaire for use in evaluating Past Performance. It is suggested you provide a pre-addressed stamp envelop to former clients for their use in submitting their Performance Questionnaire. See section Past Performance References for additional information. Offerors are advised that the Government may use all data provided by the offeror in this quote and data obtained from other sources, to include but not limited to Governmentwide databases, in the development of performance assessments. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete Past Performance information rests with the offeror. Award will be made to a qualified offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all the synopsis/solicitation requirements and is judged to represent the Best Value to the Government. This may result in award being made to a higher-rated, higher-priced offeror; where the Contracting Officer determines that the Past Performance of the higher-priced offeror outweighs the cost difference. To arrive at a Best Value decision this acquisition will utilize the FAR Part 13.106-2 evaluation of quotations or offers. Past Performance Evaluation: The past performance assessment will assess the confidence in the offerors ability to successfully accomplish the proposed effort based on the offerors demonstrated present and past performance record under existing and prior contracts over the past three years for similar services. The government will evaluate the offerors demonstrated record of contract compliance in supplying services that meet users needs, including cost and schedule. General trends in the Contractors performance will be considered. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of this synopsis/solicitation. Emphasis will be placed on recent, relevant experience. The Government will perform an independent determination of relevancy of the data provided or obtained. A relevancy determination of the offerors present/past performance (which includes, if applicable, the extent of its subcontractors or teaming partners involvement) will be made. The Government is not bound by the offerors opinion of relevancy. The Government may consider an offerors contracts in the aggregate in determining relevancy, should the offerors present and past performance lend itself to this approach. For example, an offerors work experience on three contracts may, by definition, represent only a semi-relevant effort when each contract is considered as a stand-alone effort. However, when these contracts are performed concurrently (in part or in whole) and are assessed in the aggregate, the work may more accurately reflect a very relevant effort. The following relevancy criteria apply: VERY RELEVANT: Present/past performance programs involved the magnitude of effort and complexities, which are essentially what this solicitation requires. RELEVANT: Present/past performance programs involved less magnitude of effort and complexities, including most of what this solicitation requires. SEMI-RELEVANT: Present/past performance programs involved much less magnitude of effort and complexities, including some of what this solicitation requires. NOT RELEVANT: Did not involve any significant aspects of above. In assessing present and past performance an overall confidence assessment rating will be made. The following performance confidence assessment ratings apply: Rating Definition High Confidence Based on the offerors performance record, the Government has high confidence that the offeror will successfully perform the required effort. Significant Confidence Based on the offerors performance record, the Government has significant confidence that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offerors performance record, the Government has confidence that the offeror will successfully perform the required effort. Normal Contractor emphasis should preclude any problems. Unknown Confidence No performance record identifiable (see FAR 15.305(a)(2)(iii) and (iv)). Little Confidence Based on the offerors performance record, substantial doubt exists that the offeror will successfully perform the required effort. No Confidence Based on the offerors performance record, extreme doubt exists that the offeror will successfully perform the required effort. Price Evaluation: The price quote shall initially be reviewed for compliance with the synopsis/solicitation. The Contracting Officer may complete the compliance review prior to the evaluation of Past Performance and offers that fail to meet the compliance requirements will not be evaluated and will be eliminated from the competition. The purpose of the Price evaluation is to provide an assessment of the reasonableness and realism of the proposed price/cost in relation to the solicitation requirements. Quotes will be evaluated in the following manner: Reasonableness will be determined IAW FAR 13.106-3. A Total Evaluated Price (TEP) will be calculated for evaluation purposes only. The Total Evaluated Price will be formulated as follows: For CLIN 0001 the Contracting Officer will multiply the cost per breakfast meal by 18,411. For CLIN 0002 the Contracting Officer will multiply the cost per dinner meal by 18,411. For CLIN 0003 the Contracting Officer will multiply the cost of warming beverages by 18,411. For CLIN 0004 will be added to the TEP. Offerors are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more schedule items is significantly overstated or understated as indicated by the application of analysis techniques. The Government may determine that a quote is unacceptable if the prices are significantly unbalanced. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx), 52.212-4 Contract Terms and ConditionsCommercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). 52.222-42 Statement of Equivalent Rates for Federal Hires. Additional FAR clauses cited within the clause are applicable to the acquisition, 52.203-3 Gratuities, 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government, 52.204-4 Printed or Copied-Double Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.219-14 Limitations on Subcontracting, 52.219-16 Liquidated Damages Subcontracting Plan, 52.219-28 Post-Award Small Business Program Representation, 52.219-6 Notice of Small Business Set-Aside,, 52.219-8 Utilization of Small Business Concerns, DEVIATION,, 52.219-9 (Alt II) Small Business Subcontracting Plan Alternate II, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-3 Convict Labor, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-41 Service Contract Act of 1965, 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment, 52.222-50 Combating Trafficking in Persons, 52.223-15 Energy Efficiency in Energy-Consuming Products, 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts, 52.223-3 Hazardous Material Identification and Material Safety Data (Jan1997), 52.223-5 Pollution Prevention and Right to Know Information, 52.225-13 Restrictions on Certain Foreign Purchases, 52.226-6 Promoting Excess Food Donation ton Nonprofit Organizations, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.228-5 Insurance Work on a Government Installation, 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.242-13 Bankruptcy, 52.245-1 Government Property, 52.246-4 Inspection Of Services--Fixed Price, 252.201-7000 Contracting Officers Representative, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials,, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alternate A, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense of Commercial Items, 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) Deviation, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, 252.225-7012 Preference for Certain Domestic Commodities, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports,, 252.232-7010 Levies on Contract Payments,, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea, 252.247-7023 Transportation of Supplies by Sea, 252.247-7024 Notification of Transportation of Supplies by Sea, The following additional clauses and provisions are added in full text: 52.233-2 Service of Protest (a) Protests, as defined in section31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Office of Chief Counsel Attn: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1 Suite 11300 Arlington, Virginia 22202-3231 FAX 703-607-3684 or 3682 OR USPFO For Idaho Attn: Purchasing and Contracting, Jerry DeWeerd 3489 W. Harvard Boise, Idaho 83705 The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Only written protests will be considered. No protest may be filed by electronic mail. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil All information relating to this solicitation including pertinent PWS, Department of Labor Wage Determination, changes/amendments, questions and answers will be posted on FedBizOps. Sign and date your quote, then submit to: Idaho Army National Guard Purchasing and Contracting ATTN: CPT Sandra Snediker 3489 W. Harvard Street Boise Idaho, 83705. Government provided equipment Cambro Insulated Food Container, NSN 7360-01-470-1237, Cambro Manufacturing Company, $250.00 each. Quantity of Cambros needed to be determined at post award conference and inventories to be conducted just prior to performance. Post award conference will occur NLT two weeks before performance at no expense to the Government. Email submission is acceptable at: Sandra.snediker@us.army.mil and jerry.deweerd@us.army.mil. Offers are due at or before by 4:00 P.M. Mountain Standard Time on 25 March 2010. The terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. The point of contact is: CPT Sandra Snediker, 208-272-4602, Sandra.snediker@us.army.mil. Brigade Gunnery Rations W912J7-10-R-0001
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J710R0001/listing.html)
- Place of Performance
- Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
- Zip Code: 83705-6512
- Zip Code: 83705-6512
- Record
- SN02084954-W 20100307/100306000236-8d4145e951516923c62fe43d445887b1 (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 |