SOLICITATION NOTICE
99 -- CATERERS SERVICES - Package #1 - Package #2 - Package #3 - Package #4 - Package #5 - Package #6 - Package #7
- Notice Date
- 6/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-11-Q-0038
- Archive Date
- 7/21/2011
- Point of Contact
- Narciso Cruz, Phone: 3018371633, Sheila Drumheller, Phone: 3018371859
- E-Mail Address
-
narciso.cruz@nara.gov, Sheila.drumheller@nara.gov
(narciso.cruz@nara.gov, Sheila.drumheller@nara.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 4 - PRS Attachment 1 - Schedule of Services & Prices Attachment 7 - Site Visit Attachment 3 - QASP Attachment 6 - Past Performance Questionnaire Attachment 2 - Performance Work Statement Attachment 5 - Terms and Conditions - Continuation of Applicable FAR Provisions and Clauses and Applicable Other Terms and Conditions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation number is NAMA-11-Q-0038 and is issued as a Request for Quotation (RFQ). This is a Request for Quote and quotations are not offers. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 effective May 31, 2011. This is a Full and Open RFQ under NAICS 722320, Caterers. The resulting contract will be a no-cost contract and will be issued to the Contractor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Evaluation and award will be in accordance with the procedures at FAR Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation as prescribed by FAR 12.301(c)(2). Accordingly, best value for this contract will be evaluated based on the following evaluation factors which are equal in importance: (1) Technical Understanding and Approach (Volume I). The Government will assess the Contractor's demonstrated technical understanding, knowledge and competence with regard to the Government's requirements and program objectives, understanding of, and approach to the work that the Contractor would have to perform under the prospective contract. As such interested Contractor's quotation must demonstrate an understanding of the processes and work enumerated in the PWS. The Government will also assess the Contractor's Menu (selection, pricing, portions, etc) and personnel (Note 1: The Contractor must submit resumes for all key personnel) (Note 2: Service Contract Act. Attachment 2, PWS, Exhibit 8, Wage Determination has been included in this requirement to remind Contractors of the minimum wage which must be paid to personnel). (2) Relevant Past Performance (Volume II). The Government will assess the demonstrated quality of performance on similar, relevant work (including magnitude of the project and the nature of the work), to include the ability to control the quality, cost of work, and effectiveness at accomplishing the goals on previous similar relevant work. Contractors are requested to submit no more than 5 references for relevant past performance performed during the past 5 years. Submission should include contact information for ordering entity, including a point of contact, dollar value of contract/order, brief description of work performed, and an explanation of how any performance difficulties were addressed and resolved. If the interested Contractor has no relevant past performance, an affirmative statement that no relevant past performance exists must be submitted. The Contractor must submit Attachment 6, Past Performance Questionnaire as part of its quotation. The Government reserves the right to make an award on the initial quote without discussions of this procurement. A site visit (Attachment 7) has been scheduled for June 22, 2011 from 10:00 AM to 12:00 PM ET. Contractors planning to attend the site visit must furnish the names and titles of its representatives to Mr. Narciso Cruz (narciso.cruz@nara.gov) at least two days prior to the site visit. Contractors are limited to a maximum of two representatives. Contractors are reminded that questions will not be answered during the site visit. However, you can forward all written questions to Mr. Cruz via email and an amendment will be issued to address each question. BACKGROUND: The John F. Kennedy Library requires the services of a Contractor to operate and maintain a café, provide event catering, and provide event services in the building located at Columbia Point, Boston, MA 02125. REQUIREMENTS : The Performance Work Statement (PWS) is included as Attachment 2, as well as, additional PWS exhibits (1-8). PERIOD OF PERFORMANCE: Base Period (August 1, 2011 through July 31, 2013). Option Period 1 (August 1, 2013 through July 31, 2015). Option Period 2 (August 1, 2015 through July 31, 2017). Option Period 3 (August 1, 2017 through July 31, 2019). Option Period 4 (August 1, 2019 through July 31, 2021). QUESTIONS : Questions regarding this RFQ must be submitted in writing to Mr. Narciso Cruz at narciso.cruz@nara.gov no later than 3:00 PM ET on June 28, 2011 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant no-cost contract, with the exception of FAR provisions which will be removed prior to award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011) - Offerors shall complete only paragraph (b) of this 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 only paragraphs (c) through (o) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) -- see Enclosure 3, NARA Terms and Conditions for Addendum to FAR 52.212-4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) - see Enclosure 3, NARA Terms and Conditions for the full text of this clause and for additional applicable FAR provisions and clauses. Contact Narciso Cruz to request a copy of the full text of any clause. RFQ CLOSE DATE : Quotations should be received by 12:00 PM ET on July 6, 2011. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS : Contractors may either mail one (1) hardcopy and one (1) CD of each quotation (Volume I and Volume II) or email one (1) copy of the quotation (Volume I and Volume II). Mailed quotations must be sent to National Archives and Records Administration (NARA), Attention: Mr. Narciso Cruz, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001. Emailed quotations must be sent to: narciso.cruz@nara.gov. PRESENTATION : The Contractor is also required to present its submitted quotation orally. Oral presentations are scheduled for a one (1) hour time block (30 minutes for the presentation/15 minutes for break/15 minutes for questions and answers) on July 13, 2011 at the John F. Kennedy Library. The proposed Program Manager must make the presentation. Contractors must contact Narciso Cruz at (301) 837-1633 no later than 3:00 PM ET on July 11, 2011 in order to schedule a time slot for presentations. RFQ Title Attachment 1 Schedule of Services & Prices Attachment 2 Performance Work Statement Attachment 3 QASP Attachment 4 PRS Attachment 5 Terms and Conditions - continuation of applicable FAR provisions and clauses and applicable Other Terms & Conditions Attachment 6 Past Performance Questionnaire Attachment 7 Site Visit
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-11-Q-0038/listing.html)
- Place of Performance
- Address: Columbia Point, Boston, Massachusetts, 02125, United States
- Zip Code: 02125
- Zip Code: 02125
- Record
- SN02473600-W 20110617/110615234924-c110017544573e64f12b7eec328eee99 (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 |