SOLICITATION NOTICE
89 -- Catered Meals
- Notice Date
- 7/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90M7U01820500
- Response Due
- 7/26/2010
- Archive Date
- 9/24/2010
- Point of Contact
- Jennifer Shaw, 801-432-4330
- E-Mail Address
-
USPFO for Utah
(jennifer.shaw5@us.army.mil)
- 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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation is W90M7U-0182-0500 being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This will be issued as 100% Small Business Set-Aside, the North American Industry Classifications System Code (NAICS) is 722320, size standard is $6.5M. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase the following services: 1.Catered breakfast, lunch, and dinner meals for 70 service members for the following dates and times: 2 - 14 August 2010 Breakfast meal will be from 0700 to 0800 hours Lunch meal will be from 1200 to 1300 hours Dinner meal will be from 1700 to 1800 hours All meals to be delivered to: Camp Williams Building 5100 17800 South Camp Williams Road Riverton, UT 84065-4999 2.Catered breakfast, lunch, and dinner meals for 70 service members for the following dates and times: 9 - 14 August 2010 Breakfast meal will be from 0600 to 0700 hours Lunch meal will be from 1200 to 1300 hours Dinner meal will be from 1700 to 1800 hours 15 August 2010 Breakfast meal will be from 0800 to 0900 hours Lunch meal will be from 1200 to 1300 hours Dinner meal will be from 1700 to 1800 hours 16-21 August 2010 Breakfast meal will be from 0600 to 0700 hours Lunch meal will be from 1200 to 1300 hours Dinner meal will be from 1700 to 1800 hours 22 August 2010 Breakfast meal will be from 0800 to 0900 hours Lunch meal will be from 1200 to 1300 hours Dinner meal will be from 1700 to 1800 hours 23-27 August 2010 Breakfast meal will be from 0600 to 0700 hours Lunch meal will be from 1200 to 1300 hours No dinner meal 15-22 August meals to be delivered to: Camp Williams Building 5100 17800 South Camp Williams Road Riverton, UT 84065-4999 23-27 August meals to be delivered to the Drop Zone (9 miles east of SR 73 and Redwood Road) a map to be provided. A sample menu would include any of the following items for meals: Breakfast: Eggs (cooked to order) or omelets, Meat of Bacon, Ham, or Sausage, Hash browns, Bread of Toast, Pancakes, French toast, or biscuits and gravy, Fruit, Muffins or Sweet Rolls. Orange Juice and Coffee for a beverage. Lunch: Taco with soft tortilla, refried beans, guacamole, sour cream, cheese, vegetable choice or salad with dressing, fruit cup and a cookie for desert. Gatorade, water and coffee for a beverage. Lunch menu could alter from a hot meal to a sack lunch of sandwich, chips, fruit and beverage choice with desert. Dinner: Spaghetti with meatballs, garlic bread, salad with dressing, vegetable choice and desert of cake or brownie. Gatorade, water and coffee for a beverage The Soldiers will be training for long hours in and out of the classroom. Their motivation and stamina can be maintained and uplifted with a good variety of menus. Well prepared, hot meals with healthy, tasty choices are the standard. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-7 - Central Contractor Registration (2) FAR 52.212-1 - Instructions to Offerors--Commercial Items (3) FAR 52.212-2 - Evaluation--Commercial Items (4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-3 - Convict Labor (b) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (c) FAR 52.222-21 - Prohibition of Segregated Facilities (d) FAR 52.222-26 - Equal Opportunity (e) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (f) FAR 52.222-50 - Combating Trafficking in Persons (g) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (h) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (i) FAR 52.232-36 Payment by Third Party (j) FAR 52.233-3 - Protest After Award (k) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (7) FAR 52.252-2 - Clauses Incorporated by Reference (8) DFARS.252.203-7000 Requirements relating to Compensation of Former DoD Officials (9) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (10) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (11) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government Of a Terrorist Country (12) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 - Electronic Submission of Payment Requests (13) DFARS 252.232-7010 Levies on Contract Payments (14) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality service and facility that meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. Note also that Technical and Past Performance, when combined, are significantly more important than cost. However, if competing Companies are fully qualified, price will become the deciding factor. Multiple awards may be made. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Quotes are due NLT 8:00 am MST 26 July 2010. Quotes may be mailed to: USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Quotes must meet the following criteria: 1.DO NOT combine Item 1 and Item 2 together. Separate quotes must be submitted. 2.Submit proposed menus. 3. Include quotation number, offerors name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN on cover sheet submitted with bid sheet. Failure to provide this information with your offer may cause your offer to be considered non-responsive. Please direct questions to Jennifer Shaw at jennifer.shaw5@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M7U01820500/listing.html)
- Place of Performance
- Address: Camp Williams 17800 South Camp Williams Road Riverton UT
- Zip Code: 84065
- Record
- SN02209730-W 20100721/100719234301-59fe7bf48b0205cffae8c1f5afa1521a (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 |