Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOLICITATION NOTICE

S -- Full Food Service

Notice Date
3/2/2011
 
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
W912J7-11-R-0001
 
Response Due
3/30/2011
 
Archive Date
5/29/2011
 
Point of Contact
Kevin J. Thompson, 208 272-4601
 
E-Mail Address
USPFO for Idaho
(kevin.thompson@id.ngb.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and a written solicitation will not be issued. Solicitation number W912J7-11-R-0001 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. This requirement is being advertised as a 100% small business set-aside; the North American Industry Classification System (NAICS) Code that applies is 722310 with a small business size of $35.5 Million. This requirement is for dining facility services at the HQ 204th Regional Training Institute, 5050 S. Junker Bldg 810, Gowen Field, Boise Air Terminal, Boise ID 83705. Please see Statement of Work (SOW) for details of this requirement. The period of performance is one base year beginning 1 May 2011 through 30 April 2012 with four one-year option periods through 30 April 2016. The Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Full Food Service, (Base Year) Regular Meal 1-30 SIK Diners Breakfast$ PER MEAL Lunch$ PER MEAL Dinner$ PER MEAL Total Price$ Regular Meal 31-50 SIK Diners Breakfast$ PER MEAL Lunch$ PER MEAL Dinner$ PER MEAL Total Price$ Regular Meal over 50 SIK Diners Breakfast$ PER MEAL Lunch$ PER MEAL Dinner$ PER MEAL Total Price$ Field Feeding Breakfast$ PER MEAL Lunch$ PER MEAL Dinner$ PER MEAL Total Price$ CLIN 0002, Full Food Service (Option Year 1) CLIN 0003, Full Food Service (Option Year 2) CLIN 0004, Full Food Service (Option Year 3) CLIN 0005, Full Food Service (Option Year 4) 1. Quantities for Option Year(s). The required training courses with the available slots for option year(s) will be provided at the time an option is exercised. 2. Option Year(s) Pricing. The Government will adjust the Base Meal Prices utilizing the Consumer Price Index for All Urban Consumers (CPI-U) for the expenditure category All Items. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items, (Jun 2006)(Deviation) FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend The Term of the Contract, FAR 52.222-41 Service Contract Act of 1965 and DFARS 252-212-70001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (Jul 2006) (Deviation). Site visits shall be scheduled during normal business hours on 16 March 2011. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. This is a best value acquisition based on Past Performance and Price wherein past performance is approximately equal to price. The Government will make an award to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Government. For information regarding this solicitation please contact Kevin Thompson at Kevin.j.thompson1@us.army.mil or (208) 272-4601. Secondary contact is Jerry DeWeerd at: jerry.deweerd@us.army.mil or (208) 272-4600. Questions must be submitted in writing no later than 3:00pm MST, 24 March 2011. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. All offers are due by 3:00pm MST 30 March 2011 by email. Please send offers to both Kevin.j.thompson1@us.army.mil and jerry.deweerd@us.army.mil. Award will be made by 15 April 2011. Please provide Dun and Bradstreet number (DUNS), tax identification number, and CAGE code; vendors Offeror Representations and Certifications shall be completed in ORCA at https://orca.bpn.gov/ prior to submission of proposal. Place of Performance: Gowen Field, Boise Air Terminal, Boise ID 83705
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-11-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
Zip Code: 83705-6512
 
Record
SN02392015-W 20110304/110302234904-db7610c8338ea56b2f89cc3553e1d478 (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.