Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2014 FBO #4522
SOLICITATION NOTICE

M -- Snack Bar Concessionaire at Moron Bowling Center - PWS - Combined Syn/ Sol

Notice Date
4/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722514 — Cafeterias, Grill Buffets, and Buffets
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585
 
ZIP Code
09643-6585
 
Solicitation Number
FA5575CONCESSIONAIRE
 
Archive Date
5/8/2014
 
Point of Contact
Jordan Bonds, Phone: 314-722-8134, Jacob Caldwell, Phone: 955848075
 
E-Mail Address
jordan.bonds@us.af.mil, Jacob.Caldwell@us.af.mil
(jordan.bonds@us.af.mil, Jacob.Caldwell@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation Performance Work Statement Combined Synopsis/Solicitation RFQ# FA5575CONCESSIONAIRE - Snack Bar Concessionaire at Moron Bowling Center. Requesting Agency: 496 Services (496 ABS/ SVS) Moron AB, Spain Purchasing Agency: 496th Contracting Flight - 496 ABS/LGC Moron AB, Spain This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Evaluation will be based on the lowest price technically acceptable (LPTA) which will be determined to represent the Best Value. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to this Request for Quote (RFQ). Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 722514. This requirement is to provide all personnel, management, supervision, transportation, and furnish all food and related supplies required in the operation of an American type counter service snack bar operation for a bowling center in accordance with SOW. No organized site visit has been set up. If you feel you need a site visit, please contact TSgt Jordan Bonds at Jordan.bonds@us.af.mil. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Office of Defense Cooperation Policy Directive 400- 5 "(4) Spanish material, labor, and equipment must be used if permitted by the requirements of the contract specifications." NOTE: THIS SOLICITATION IS INTENDED ONLY FOR LOCAL SOURCES IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 5.202(a)(12). LOCAL SOURCES ARE THOSE SOURCES NORMALLY RESIDENT, LICENSED AND REGISTERED TO CONDUCT SERVICES IN SPAIN. OFFERS FROM NON-LOCAL SOURCES WILL NOT BE CONSIDERED UNDER THIS SOLICITATION. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective 1 August 2013 and Defense Federal Acquisition Regulation DPN 20130710 effective 10 July 2013. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items (see addendum below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-50 Combating Trafficking in Persons 52.223-10 Waste Reduction Program 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7004 Status of Contractor as a Direct Contractor (Spain). 252.229-7005 Tax Exemptions (Spain). 252.229-7007 Verification of United States Receipt of Goods 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Work Flow 252.232-7008 Assignment of Claims (Overseas) 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph B - Quote Specifics. B. Quote Specifics: All quotes must include the following information: 1. Company's or individual's complete mailing and remittance address. 2. The following factors will be used to determine the best value to the NAFI: a. Technical Capability b. Past Performance (Recent and related work history with references) c. Renumeration REQUEST FOR QUOTE Quotes due by Wednesday, 23 April 2014 @ 12:00 Local (Spanish) time The quote shall be valid through 23 May 2014 1.Company Info: Please provide the following information: Company Name:_________________________________________________________________ DUNS #__________________________ NATO Cage Code Number:_________________ POC: _____________________________ Tel:____________________________________ Email: _________________________________________________________________________ Please complete the unit price/extended amount below: ITEM DESCRIPTION Quantity Unit Unit Price Extended Amount 0001 Snack Bar Concessionaire at Moron Bowling Center 1 Lot N/A N/A * No organized site visit has been set up. If you feel you need a site visit, please contact TSgt Jordan Bonds at Jordan.bonds@us.af.mil 2. Period of Performance. The government anticipates awarding a Firm-Fixed Price contract. The period of performance will consist of a base year from 9 May 2014 to 8 May 2015. There will be three additional Option Years. The period of performance for Option year 1 will be from 9 May 2015 to 8 May 2016. The period of performance for Option year 2 will be from 9 May 2016 to 8 May 2017. The period of performance for Option year 3 will be from 9 May 2017 to 8 May 2018. There will be an additional option to extend the term of this contract for up to an additional 6 months at any point during the life of this contract. 3. Statement of Work. All work performed under this contract must be done in strict accordance with the Statement of work titled, Performance Work Statement (PWS) Snack Bar Concessionaire Contract at Moron Bowling Center. D. Quotes are due to this office no later than 12:00 p.m. Local (Spanish) Time, 23 April 2014. Quotes must be sent via e-mail to Jordan.bonds@us.af.mil Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Award Basis: The Government's evaluation of quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the lowest price technically acceptable (LPTA) award basis. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award. The Government intends to evaluate quotations and award a contract without exchanges or communications and therefore, quotations should contain the vendor's best terms. (b) Evaluation: Evaluation factors required under 52.212-1 will be evaluated by the Government as follows; a. Technical Capability: A vendor's quotation will be considered technically acceptable if it meets the requirements detailed in paragraph C of the Addendum to FAR 52.212-1. Quotations that do not meet these requirements will be considered unacceptable and therefore, under the LPTA evaluation process will not be considered for award. b. Past Performance (Recent and related work history with references): Vendor will be required to provide at least one recent (within three years) reference of work related in nature (food service concessionaire), without adverse performance. c. Remuneration: Contractor's must provide the minimum rate of remuneration as stated in sections 1.5.7 of the attached PWS. Offers in excess of this required value will be evaluated in determination of the best value for award. (c) Award Determination: As a result of the Government's aforementioned evaluation, only those vendors, whose quotes are determined to be technically qualified, and therefore technically acceptable, will be considered for award. The award will be made to the responsible offeror whose offer, conforming to the solicitation; will be most advantageous and in the best value to the NAFI. (End Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the Contracting Officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact Contracting Officer: TSgt Jordan Bonds Telephone: (+34) 95-584-8134 or Email: jordan.bonds@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/496ABSLGC/FA5575CONCESSIONAIRE/listing.html)
 
Place of Performance
Address: Base de Aerea de Moron, Moron de la Frontera, Non-U.S., Spain
 
Record
SN03336123-W 20140412/140410235630-da87c102b8612b531dd51a70173d8f20 (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.