SOLICITATION NOTICE
89 -- Full Food Service BPA
- Notice Date
- 6/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA11T0014
- Response Due
- 6/30/2011
- Archive Date
- 8/29/2011
- Point of Contact
- Stella Davis, 805-594-6287
- E-Mail Address
-
USPFO for California
(stella.davis2@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. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Bids are being requested and a written solicitation WILL NOT be issued. The solicitation W912LA-11-T-0014 is issued as a Request for Quote. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, 31 May 2011. This procurement is 100% set aside for small business concerns and issued under NAICS code 722310. The small business size standard for this NAICS code is $35.5M. The California National Guard intends to award one or more Blanket Purchase Agreements (BPAs) for a full food service contract at Camp Roberts (CR), CA, 93451. The requirement is full-service to include operating the Consolidated Dining Facility (DFAC), providing raw foods, food preparation and serving. The DFAC will be opened or closed as necessary to coincide with troop through-put (number of troops entering and departing CR) and accommodate projected headcounts. This requirement is for an interim agreement pending the solicitation of a 5-year contract. The Government anticipates continual usage from July 22, 2011 through September 30, 2011. Once the 5-year contract is awarded the BPAs would be used for DFAC overflow, etc. If a BPA Contractor is subsequently awarded the 5-year contract, their BPA will be cancelled. Food service may be required in any of the dining buildings at Camp Roberts throughout the life of the BPA. BACKGROUND: The California National Guard's mission at Camp Roberts involves the in-residence training of California National Guard soldiers, transient customers of Camp Roberts and other military organizations. The number of personnel requiring subsistence support increases and decreases in relation to organizational training schedules. OFF-CONTRACT WORK: The potential exists for the Contractor to serve meals to Officers and other non-SIK (subsistence in kind) soldiers, and walk-in customers/employees of CR and its various tenants. Such walk-in, cash-paying DFAC customers may be accommodated for meals at the Contractor's discretion upon coordination with CR Post Administration. CASH-PAYING CUSTOMERS WILL NOT BE COVERED UNDER THE AWARDED CONTRACT. REQUIREMENTS: Provide, on location, all management, personnel, labor, materials, and food products to prepare, set-up, serve and clean-up all meals and operate a Consolidated Dining Facility (DFAC) in accordance with the Statement of Work at Camp Roberts, CA. Period of service will begin on or about July 22, 2011for a maximum of five years. As a result of this solicitation, the Government intends to award one or more BPAs to the responsible bidder whose bid, conforming to the Request for Quote, will be most advantageous to the Government, considering only price and price-related factors. The following documents are available for download by interested parties: Statement of Work, Menu Quality Standards, CA Army National Guard 14 Day Menu, Miscellaneous Required Forms, Wage Determinations for Base Year, and historical headcounts from Fiscal Year 2010, Sample Invoice Packet, Summary of Responsibilities and Bid Sheet. Compliance with the requirements stated therein will be mandatory under the terms of the awarded agreement. SUBMITTALS: All offers are to include: 1. Completed Bid Sheet; 2. Completed 52.212-3 ALT 1, Offeror Representations and Certifications; 3. Completed 252.212-7000, Offeror Representations and Certifications - Commercial Items; and 4. Completed 252.225-7000, Buy American Act-Balance of Payments Program Certificate (unless the offeror has already completed this certification in Online Representations and Certifications Application (ORCA), http://orca.bpn.gov). 5. Completed Bid Sheet. 6. Quality Control Program outline. Simplified Acquisition Procedures will be utilized. Offers will be evaluated as lowest price technically acceptable. The Government intends to evaluate offers and award BPAs without discussions with offerors (except clarifications as described in FAR 15.306(a)). Department of Wage Rates is applicable to this project. Current prevailing wage determination(s) at time of issuance of solicitation are Wage Determination No: WD 96-0163 (Rev.-24), dated 1/13/11. FAR 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Evaluation-Commercial Items and 52.212-3 ALT 1, Offeror Representations and Certifications apply to this acquisition and must be fully completed and submitted with offer. The clause at FAR 52.212-4, Contract Terms and Conditions; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. The following clauses are incorporated: 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government (Alternate I); 52.204-10, Reporting Subcontract Awards; 52.209-9 Alt I, Updates of Publicly Available Information Regarding Responsibility Matters Alt I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Alt. 2, Small Business Subcontracting Plan (Alternate II); 52.219-16, Liquidated Damages - Subcontracting Plan; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.232-36, Payment by Third Party; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.233-2, Service of Protest. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001, Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items are applicable to this acquisition. The following clauses are incorporated: 52.203-3, Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small Business Subcontracting Plan (DoD contracts); 252.225-7001, Buy American Act and Balance of Payment Program; 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; 252.247-7023, Transportation of Supplies by Sea; and 52.247-7024, Notification of Transportation of Supplies by Sea. The provisions/ clauses at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate apply to this acquisition and must be fully completed and submitted with offer (unless the offeror has already completed this certification in Online Representations and Certifications Application (ORCA), http://orca.bpn.gov); 252.232-7010, Levies on Contract Payments; and 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country are also applicable to this acquisition. All vendors must be registered in the Central Contractor Registration (CCR). Bids are due NLT 30 June 2011 by 1:00 PM at USPFO for California, Contracting Office, 2303 Napa Ave, bldg 633, San Luis Obispo, CA 93405-7609. Requests shall be in writing to the above address, email or fax requests to stella.davis2@us.army.mil or (805) 594-6348, ATTN: Stella Davis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA11T0014/listing.html)
- Place of Performance
- Address: USPFO for California 2303 Napa Ave San Luis Obispo CA
- Zip Code: 93405-7609
- Zip Code: 93405-7609
- Record
- SN02479065-W 20110624/110622234449-0055307266d8e9bad21ac1475f5e52e6 (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 |