Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
MODIFICATION

89 -- GA Army National Guard Rations, Camp Ripley MN

Notice Date
5/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM12T0003
 
Response Due
6/19/2012
 
Archive Date
8/18/2012
 
Point of Contact
Andrea D Morrison, 6785696205
 
E-Mail Address
USPFO for Georgia
(andrea.d.morrison@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 total small business set-aside. The NAICS code is 722320 and the size standard is less than $7.0 million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective 1 June 2008 & Class Deviation 2005-00001. Offers shall propose a firm fixed price for breakfast and dinner meals at Camp Ripley, MN. Vendor shall propose a firm fixed price PER MEAL for each of the three categories of catered meals - breakfast and dinner prepared in accordance with the performance based statement of work. There will be a site visit scheduled for 29-30 May 2012 from 0800-1600 for all interested vendors. Site visit coordination will be thru the Contract Officer Representative (COR) CPT Quintin Doll @ 404-561-7802 or email quintin.doll@us.army.mil. Please notify the COR NLT 25MAY2012 PERFORMANCE-BASED WORK STATEMENT (PWS) 1. DESCRIPTION OF SERVICES. The Contractor shall furnish prepared meals at Camp Ripley, MN periods specified within this PWS. GENERAL The Georgia Army National Guard anticipates purchasing catered meals in accordance with this PWS from 10 AUG 2012 to 27 AUG 2012. Contractor must provide adequate personnel to staff serving lines. All food items must be prepared and delivered on time per schedule. Meal pricing must include all overhead, delivery, and clean-up costs. Gratuity is prohibited. Vendor will invoice for meals by line item of the contract. If short notice cancellation of meals causes the vendor to incur otherwise non-billable costs for perishable food, the vendor shall be reimbursed for those food costs provided the food has no alternative business use and is itemized and approved by the contracting officer for reimbursement. Pre-Performance Conference: Contractor will be required to participate in a pre-performance with government personnel no later than 5 business days after award. Participation by teleconference is acceptable. PERFORMANCE Meal must be cooked and delivered, ready to serve, to Camp Ripley, MN. Contractor will post a menu on the first day of performance inclusive of the entire period of performance. Menu will include caloric values of meals. Contractor will allow a 4% variance in the number of meals served per meal per day. The contractor is to provide prepared meals, to include condiments, cups, plates, utensils, drinking cups, bowls, and napkins. Providing meals includes preparing, serving, and cleaning. All meals will follow the "Army 21 Day CONOPS Menu", Army Center of Excellence, Subsistence, Fort Lee, VA (see attached). Each Building has one stove and one grill. The contractor is to provide labor, cooking equipment (Pots, Pans, and Utensils) and subsistence to provide the above mentioned meals at each dining facility. Contractor personnel at each dining facility are limited to only those needed to complete and comply with contract requirements. Contractor shall provide refrigerator/freezer storage area for all subsistence items requiring refrigeration/freezer storage. All Food Service operations must comply with TB MED 530, Chapter nine (see attached). The quality and serving sizes of the food served will be equivalent to commercially available prepared meals constant with the Contractor is responsible for serving and portion control. The government does not expect to supply any government furnished equipment other than the building facilities. All potentially hazardous food shall be maintained at: 135 F ( 57 C) or above for hot food items and served in shallow pans (4 inch) or less. 41 F (5 C) or less for cold food items to prevent the spread of bacteria. Contractor will purchase food in the performance of this contract from only approved vendors IAW the FDA Food Code guidelines. A list of food sources must be provided upon request. No food will be purchased from a non-USA company. Contractor will comply with all FDA Food Code guidelines. http://www.fda.gov/Food/FoodSafety/RetailFoodProtection/FoodCode/FoodCode2009/ CATERED MEALS: CLIN 0001: BREAKFAST MEAL: The selected contractor will be serving between 316 and 1275 meals daily from as many as 7 different kitchen locations. (See attached "Contract Meal Schedule "and "Area 3 Map" for locations). All products used in any portion of the meal must meet the minimum federal/state requirements for that particular meal. The breakfast meal will follow the "Army 21 Day CONOPS Menu", Army Center of Excellence, Subsistence, Fort Lee, VA (see attached). Vendors will post each day, the current menu and next days menu. Breakfast meals will be served from 0600-0730 daily. Should a timeline adjustment be required, it will be coordinated with the Contracting Officer Representative. Breakfast meals are to be served starting on 10AUG12 through 15AUG12 and 21AUG12 through 27AUG12. Contractor will utilize kitchens in dining facility buildings 27, 31, 33, 37, 41, 44, and 47 of area 3 of Camp Ripley, MN. If additional food preparation capacity is required to meet the contract, the contractor will provide it. CLIN 0002: DINNER MEAL: The selected contractor will be serving approximately between 316 and 1659 meals daily from as many as 7 different locations (See attached "Contract Meal Schedule "and "Area 3 Map" for locations). All products used in any portion of the meal must meet the minimum federal/state requirements for that particular meal. The dinner meal will follow the Army 21 Day CONOPS Menu, Army Center of Excellence, Subsistence, Fort Lee, VA (see attached). Any deviation from the 21 day menu must be submitted for approval during the biding process. Vendors will post each day, the current menu and next day menu. Dinner meals will be served from 1700 - 1900 daily. Should a timeline adjustment be required, it will be coordinated with the Contracting Officer Representative. Dinner meals are to be served starting on 10AUG12 through 15AUG12 and 21AUG12 through 26AUG12. Up to 650 dinner meals will be transported to the field using insulated food and beverage containers (Mermite or Cambro) 11AUG12 through 15AUG12. The contractor will provide Insulated food and beverage containers. The contractor will not be responsible for transporting insulated food and beverage containers to the field. Insulated food and beverage containers will be returned nightly and the contractor is responsible for washing them and having them available for use during the next dinner meal. Up to an additional 500 meals requiring insulated food and beverage containers may be required on a daily basis 11AUG12 through 15AUG12. The contractor will be advised of this requirement NLT 1200 the day of the need. The government will provide additional insulated food and beverage containers to meet this requirement. The government will be responsible for the cleaning of government provided insulated food and beverage containers. Contractor will utilize kitchens in dining facility buildings 27, 31, 33, 37, 41, 44, and 47 of area 3 of Camp Ripley, MN Each Building has one stove and one grill. If additional food preparation capacity is required to meet the contract, the contractor will provide it. CONTRACTOR PERSONNEL: The Contractor shall furnish supervisory and direct labor personnel to accomplish all work required. All employees employed for the performance of work under this contract by the Contractor are not considered employees of the government. Contractor Supervision - any attendant supervisor, or other supervisors designated in writing to act in the Contractor's behalf, shall be present during all hours when contract employees are working. Contractor must provide the Contracting Officer's Representative (COR) a written designation of the supervisor via email on the Tuesday prior to each UTA performance period (month). Personal Hygiene - the Contractor shall ensure the contract employees meet the following sanitation requirements. They wash their hands upon reporting for work, immediately after visiting a lavatory, after smoking, taking a break and after handling raw meat, poultry, garbage, or soiled items. They remove wristwatches, bracelets, earrings, cell phones/pagers and rings before and during duty hours. Their fingernails are cut short so that they do not extend beyond the end of the fingers and are kept clean. They do not smoke, or use tobacco in any form, except during break periods in designated areas. They do not consume food items/beverages in any form while on the serving line or in any food prep areas. They trim facial hair to one (1) inch or less. They wear acceptable head covers (hats, caps, and hairnets) to prevent loose hair from falling into food or onto food contact surfaces in accordance with prevailing health codes. They shall wear appropriate clothing that is well-fitted, laundered and repaired. Contractor may furnish uniform clothing (at no cost to the Government). Shoes shall be of sturdy construction and shall cover the feet to meet sanitation and safety requirements. Open-toe shoes, sleeveless blouses or shirts are not allowed. Use of Alcoholic Beverages/Drugs: The use of alcoholic beverages or illegal drugs by Contractor personnel while on duty is strictly forbidden. Any violation shall be cause for immediate removal of the offender(s) by the Contractor from further work. Removal of employees for such cause does not relieve the Contractor of the requirement to provide sufficient personnel to adequately perform services. Use of Tobacco: The use of tobacco products by the Contractor personnel while on break will be confined to those areas designated by the government as smoking areas. GOVERNMENT- FACILITIES The Contractor shall be responsible for safeguarding all government property provided for Contractor use. All serving utensils, plates, trays, pots, pans etc will be the responsibility of the contractor. QUALITY CONTROL The Contracting Officer's Representative (COR) is the authorized individual who will perform assessments of the Contractor's performance. The assessment will be based on the Quality Assurance Surveillance Plan (QASP) that is attached. Customers are encouraged to submit comments on the quality of meals served for each performance period. Customer Comments will be made available to the Contractor upon request or as deemed necessary by the COR. The COR will inform the contract manager in person when discrepancies occur and will request immediate corrective action. The COR will make a notation of the discrepancy on their assessment checklist with the date and time the discrepancy was noted and will request the Contractor supervisor (or authorized representative) to initial the entry on the checklist. Any matter concerning a change to the scope, prices, terms or conditions of this contract shall be referred to the Contracting Officer and will not be acted upon unless specifically authorized to do so in writing by the Contracting Officer. The services to be performed by the Contractor during the period of this contract shall at all times and places are subject to review by the Contracting Officer and or authorized Government representative(s). Government personnel, other than contracting officers (KOs) and authorized Contracting Officer's Representative (COR), may, with KO coordination, observe Contractor operations. However, these personnel may not interfere with Contractor performance or make any changes to the contract. Other Observers: Military Public Health personnel, Inspector General Personnel, and other authorized government personnel shall be permitted to observe operations as necessary. These operations include but are not limited to food preparations at the Contractor's facility, and serving of the food at the base. Public Health personnel must be allowed to conduct sanitary inspections IAW current FDA code guidelines. All parties involved in this contract will comply with FDA Food Code. SECURITY REQUIREMENTS Work performed under this PWS is UNCLASSIFIED. The Contractor during the performance under this contract shall comply with all applicable Department of Defense (DoD) security regulations and procedures. The Contractor shall coordinate with the COR all issues dealing with access to Government buildings, facilities, or property. Contractor will ensure the physical security of food and water from the point of purchase to the point of receipt on Camp Ripley, MN. The Contractor will ensure that personnel have proper identification for entry to Camp Ripley, MN. All employees must have government issued photo identification to gain access on base. Contractor personnel will not be granted entrance to Camp Ripley, MN without proper identification. QUESTIONS AND ANSWERS: All questions and answers must be in writing. Email all questions to CPT Andrea D Morrison, andrea.d.morrison@us.army.mil. Answers will be provided with questions, on a non-attribution as an amendment to this combined synopsis solicitation no later than 4:00 PM EST 05JUN2012. No questions will be excepted after this date to give all contractors ample time to prep for proposal submission. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the best value to the Government. The best value determination will be made by evaluating the contractor's offer based on Price and Past Performance, where Price and Past Performance are approximately equal. Offerors shall submit at least 2 current references no more than three (3) past performance narratives for projects of similar size and scope. Offerors shall provide a client point of contact for each example with name and telephone number. Offerors shall also submit their proposed menu for the period of performance with caloric values of all planned meals. The following provisions and clauses apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.204-7004, required Central Contractor Registration; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contract Registration database at www.ccr.gov and shall be considered for award. 52.204-7 Central Contractor Registration APRIL 2008. 52.211-6 Brand Name or Equal AUGUST 1999. 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 Evaluation - Commercial Items JAN 1998. 52.212-3 ALT I Offeror Representations and Certifications - Commercial Items, April 2002 52.212-4 Contract Terms and Conditions - Commercial Items, April 2002. 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) JUN 2008 52.219-6 Notice of Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.204-7004 Applicable Law for Breach of Contract Claim OCT 2004 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American Act- Balance of Payments Program of Commercial Items 252.232.7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea May 2002 Complete descriptions of the provisions and clauses referenced in this synopsis/solicitation may be viewed on the internet at http://farsite.hill.af.mil Offers must be submitted by hard copy and "electronic" copy to the USPFO for Georgia, ATTN: CPT Andrea D Morrison, Purchasing and Contracting, 1000 Halsey Avenue BLDG 447, RM 2029, Marietta, GA 30060 or andrea.d.morrison@us.army.mil no later than 19 June 2012 by 4:00 P.M. Eastern Standard Time. All questions must be addressed to the Contracting Officer in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM12T0003/listing.html)
 
Place of Performance
Address: USPFO for Georgia 1000 Halsey Avenue Marietta GA
Zip Code: 30060
 
Record
SN02753925-W 20120523/120521235824-72fba8364a13b3d1c765a949ab26f3e1 (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.