SPECIAL NOTICE
M -- Dining Facility Services - Synopsis - Draft Performance Work Statement
- Notice Date
- 10/7/2011
- Notice Type
- Special Notice
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, George C. Marshall Center, Gernackerstrasse 2, Geb 112, Garmisch, 82467
- ZIP Code
- 82467
- Solicitation Number
- HQ0236-12-T-xxxx
- Archive Date
- 10/31/2011
- Point of Contact
- Brian Kehoe, Phone: 088217502730, Peter F. Sizemore, Phone: +49 (0) 08821-750-2726
- E-Mail Address
-
brian.k.kehoe@marshallcenter.org, peter.f.sizemore@marshallcenter.org
(brian.k.kehoe@marshallcenter.org, peter.f.sizemore@marshallcenter.org)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement Synopsis THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST AT THIS TIME. This Sources Sought Synopsis is issued to assist the Government's market research efforts to obtain input from interested and capable businesses under the North American Industry Classification Standard (NAICS) Code 722310 on a proposed acquisition strategy. This is not a request for proposal (RFP). Responses to this request are not proposals and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. Any decision to solicit for a contract shall be solely at the Government's discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government pay for any information submitted in response. Any information provided to the Government in response to this document will become Government property and will not be returned to the respondent. The information received will be utilized to assist in the Government in formulating an acquisition strategy. The Marshall Center is contemplating a new acquisition strategy for the procurement of services in support of its on-campus dining facility. The current contract is scheduled to expire on 30 June 2012. Several areas of the current contract are being examined to identify possible efficiencies and cost savings measures while preserving a high quality food services operation. Industry's feedback is requested to help shape the acquisition strategy for the upcoming procurement. 1. Government -furnished Equipment (GFE). The current contract provides Government furnished equipment to the contractor for its use in the performance of the contract. The Contractor is responsible for providing preventive maintenance services to ensure the GFE remains in good working order. When the equipment reaches the end of its useful life or is no longer serviceable, the Government purchases replacement equipment and retains ownership of all GFE. The Government is contemplating a different strategy for the new contract which includes providing GFE to the contractor for its use in the performance of the contract. However, when the equipment reaches the end of its useful life or is no longer serviceable, the Contractor shall replace the equipment and the Contractor will retain ownership of all Contractor purchased/leased equipment. Any remaining operational GFE at the conclusion of the contract will be provided as GFE in any subsequent contract. QUESTION TO INDUSTRY: Are there any lessons learned or other insights from Industry that the Government should consider before finalizing this approach to GFE? 2. Price Schedule. The current indefinite delivery indefinite quantity contract identified a minimum guarantee of $70K for the base period and required prospective contractors to provide firm-fixed prices for various contract line items to include: breakfast, lunch, dinner, boxed-lunches, preventive maintenance, and custodial/mess attendant related services. The services required to support each of these CLINs were outlined in the related performance work statement. The Government is contemplating a different strategy for the new indefinite delivery indefinite quantity contract which includes identifying the price the Government is willing to pay for breakfast, lunch, dinner, and boxed lunches and identifying a list of "required" services to be performed for the stipulated prices and a list of "desired" services to be performed for the stipulated prices. The minimum guarantee for the new contract is contemplated to be approximately $80K for the base period. The contemplated source selection methodology would examine the extent to which the contractor is proposing a higher level of technical quality to the Government (considering factors such as experience, past performance, sample menus, and quality of "desired" services for the stated price). QUESTION TO INDUSTRY: Are there any lessons learned or other insights from Industry that the Government should consider before finalizing this approach to the Price Schedule? 3. Custodial/Mess Attendant Services. The Government is contemplating requiring these costs to be rolled into the price of each meal. QUESTION TO INDUSTRY: How does Industry typically define these service areas for pricing purposes? Are there any lessons learned or other insights from Industry that the Government should consider before finalizing this approach to pricing custodial and mess attendant services? 4. Hours of Operation. The current hours of operation of the dining facility during Weekdays are 0630-2130. Weekday serving line hours are 0630-0800 for Breakfast, 1130-1330 for Lunch, and 1730-2030 for Dinner. The current hours of operation of the dining facility during Weekends and Holidays are 0730-2130. Weekend serving line hours are 0730-0900 for Breakfast, 1130-1330 for Lunch, and 1730-2030 for Dinner. Meal hours are designed to compliment GCMC class/event schedules. QUESTION TO INDUSTRY: Are there any alternate hours of operation the Government should consider for each meal period that would still be reasonable to accommodate GCMC participants and likely result in appreciable savings to the Government? 5. General. Are there any other efficiencies or cost savings measures the Government should consider before finalizing the acquisition strategy for this requirement? Any information provided in response to this request will be used for planning purposes only. Industry's responses to the Government's questions will not be published. No reimbursement will be made for any costs associated with providing information to this synopsis or any follow-up information requests. Any information submitted is voluntary. All responses to this request shall be submitted electronically to Mr. Brian Kehoe at brian.k.kehoe@marshallcenter.org no later than 1600 CET on 19 October 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/GCMC/HQ0236-12-T-xxxx/listing.html)
- Place of Performance
- Address: Garmisch, Germany, Germany
- Record
- SN02604920-W 20111009/111007234754-6f989eb0469000f9dd9e969932231d2d (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 |