SOLICITATION NOTICE
R -- Full Food Service - Food Service Documents Package
- Notice Date
- 4/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-16-T-0003
- Archive Date
- 6/7/2016
- Point of Contact
- Lisa M. Braund, Phone: 6084277274
- E-Mail Address
-
lisa.m.braund.mil@mail.mil
(lisa.m.braund.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Vendor Cost Worksheet W912J2-16-T-0003 SOLICITATION FOR COMMERCIAL ITEMS - SF 1449 TECHNICAL EXHIBIT 9 - Minimum Required Staffing Levels Per Number of Patrons TECHNICAL EXHIBIT 8 - WDOL Wage Determination TECHNICAL EXHIBIT 7 - AF662_Production Log TECHNICAL EXHIBIT 6 - Definitions TECHNICAL EXHIBIT 5 - Crisis Management Plan TECHNICAL EXHIBIT 4 - Sample 7 Day Menu TECHNICAL EXHIBIT 3 - GOVERNMENT-FURNISHED FACILITIES AND EQUIPMENT TECHNICAL EXHIBIT 2 - Labor Contracted Meals Serving Hours of Operation and Workload Estimates Tech Exhibit 1 - Full Service Contractor Furnished Meals Serving Hours of Operation Performance Work Statement 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W912J2-16-T-0003 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. This requirement is 100% set-aside for Small Business concerns under North American Industry Classification System (NAICS) code 722310 with a Small Business size standard of $38.5 million dollars. The Wisconsin Air National Guard Contracting Office, has a requirement for Food Service (see PWS). This award will have a period of performance of a base year approximately 26 May 2016 - 25 May 2016, and two option years. Place of Performance: The Contractor shall provide these services in Juneau County, Wisconsin. The primary work location will be at Volk Field ANGB Dining Facility, 100 Independence Drive, Building 449, Camp Douglas, WI 54618. BID SCHEDULE: Please price for the entire P.O.P. Invoice submittal will occur on a monthly basis. Line Item 0001: Program Manager - Base Year MAX QTY 960 Hours Program Manager I Equivalent Line Item 0002: Dish Washer - Base Year MAX QTY 2,616 Hours Wage Determination Occupation Code 07070 - Dishwasher Line Item 0003: Cook II - Base Year MAX QTY 2,616 Hours Wage Determination Occupation Code 07042 - Cook II Line Item 0004: Food Service Worker - Base Year MAX QTY 2,088 Hours Wage Determination Occupation Code 07130 - Food Service Worker Line Item 0005: Cook I - Base Year MAX QTY 1,888 Hours Wage Determination Occupation Code 07141 - Cook I Line Item 0006: Breakfast Meals - Base Year MAX QTY 2,000 Each Line Item 0007: Lunch Meals - Base Year MAX QTY 4,800 Each Line Item 0008: Dinner Meals - Base Year MAX QTY 4,500 Each Line Item 0009: Contractor Manpower Reporting QTY 1 Job Price if applicable for compliance with Contract Manpower Reporting Application Line Item 1001: Program Manager - Option Year One MAX QTY 960 Hours Program Manager I Equivalent Line Item 1002: Dish Washer - Option Year One MAX QTY 2,616 Hours Wage Determination Occupation Code 07070 - Dishwasher Line Item 1003: Cook II - Option Year One MAX QTY 2,616 Hours Wage Determination Occupation Code 07042 - Cook II Line Item 1004: Food Service Worker - Option Year One MAX QTY 2,088 Hours Wage Determination Occupation Code 07130 - Food Service Worker Line Item 1005: Cook I - Option Year One MAX QTY 1,888 Hours Wage Determination Occupation Code 07141 - Cook I Line Item 1006: Breakfast Meals - Option Year One MAX QTY 4,000 Each Line Item 1007: Lunch Meals - Option Year One MAX QTY 4,800 Each Line Item 1008: Dinner Meals - Option Year One MAX QTY 4,500 Each Line Item 1009: Contractor Manpower Reporting - Option Year One QTY 1 Job Price if applicable for compliance with Contract Manpower Reporting Application Line Item 2001: Program Manager - Option Year Two MAX QTY 960 Hours Program Manager I Equivalent Line Item 2002: Dish Washer - Option Year Two MAX QTY 2,616 Hours Wage Determination Occupation Code 07070 - Dishwasher Line Item 2003: Cook II - Option Year Two MAX QTY 2,616 Hours Wage Determination Occupation Code 07042 - Cook II Line Item 2004: Food Service Worker - Option Year Two MAX QTY 2,088 Hours Wage Determination Occupation Code 07130 - Food Service Worker Line Item 2005: Cook I - Option Year Two MAX QTY 1,888 Hours Wage Determination Occupation Code 07141 - Cook I Line Item 2006: Breakfast Meals - Option Year Two MAX QTY 4,000 Each Line Item 2007: Lunch Meals - Option Year Two MAX QTY 4,800 Each Line Item 2008: Dinner Meals - Option Year Two MAX QTY 4,500 Each Line Item 2009: Contractor Manpower Reporting - Option Year Two QTY 1 Job Price if applicable for compliance with Contract Manpower Reporting Application The Wisconsin Army National Guard anticipates awarding one firm-fixed price indefinite delivery, indefinite quantity contract for a period of one year plus two option years. Please review the attached Performance Work Statement. Offers received will be evaluated based on FAR Clause 52.212-2 Evaluation-- Commercial Items. The clause will be incorporated into the solicitation and shall read as follows: (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors are reminded that the evaluation process is subjective despite the use of factors as outlined below. Past Performance and Technical Capability when combined are approximately equal to Price. 1. Past Performance- To demonstrate satisfactory past performance the Offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will be evaluated as neutral on Past Performance, providing the Offeror supplies a certified statement with their offer that no past performance information is available. Neutral past performance is not negatively scored but may have a negative impact in the overall consideration for award. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The Offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the Offeror. Limit Past Performance documentation to four pages. 2. Technical Capability - Technical Capability is defined as the documented capability to meet the minimum requirements of the requirement as specified in this solicitation and the attached Performance Work Statement (PWS). The Offeror's proposal should clearly outline the Offeror's capability to meet the requirements of the performance work statement. Technical Capability documentation to 4 pages. 3. Price - The Government will issue an award to the Offeror whose proposal is the most advantageous to the Government but not necessarily the lowest price. If all things are equal, the Offer which is most advantageous to the Government may also be the lowest price determined to be reasonable IAW FAR 12.209. Offeror's are encouraged to propose their best price. The Government will evaluate offers for award purposed by adding the total price for all Line Items. The resulting contract from this solicitation will be a firm fixed price contract. It is not the intent of the Government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Past Performance, Technical Capability, and Price reasonableness. Failure to submit sufficient information for the Government to determine Technical Capability, Past Performance or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest evaluated price (IAW 52.212-2(b)), of proposals meeting or exceeding the acceptability standards for non-cost factors. Contractor Manpower Reporting (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for either ARMY collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil. Clauses Incorporated by Reference: http://farsite.hill.af.mil 52.203-3 Gratuities 52.203-6 Restrictions On Subcontractor Sales To The Government 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-- Representation 52.209-7 Information Regarding Responsibility Matters 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (MAR 2015) Alternate I 52.212-4 Contract Terms and Conditions--Commercial Items 52.219-6 Notice Of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations On Subcontracting 52.219-27 52.219-28 For SDVOSB Set-Asides Post-Award Small Business Program Re-representation 52.222-3 Convict Labor 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.228-5 Insurance - Work On A Government Installation 52.233-2 Service Of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7012 Preference For Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals are due by 8:00 a.m. Central Standard Time (CST), 23 May 2016. Proposals will be accepted by email at lisa.m.braund.mil@mail.mil. Faxed quotes will not be accepted. 100% set-aside for Small Business concerns under North American Industry Classification System (NAICS) code 722310 with a Small Business size standard of $38.5 million dollars. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS). Responses to this announcement must be complete and include Signed SF 1449 - please ensure acknowledgement of all amendments. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Past Performance, Technical Capability, Preliminary Quality Control Plan in accordance to paragraph 4.6.1 of the PWS and Vendor Cost Worksheet. (Please limit the Quality Control plan to 5 pages) Email any questions to lisa.m.braund.mil@mail.mil Questions may be submitted up until 1200 hrs (12:00 noon) CST 10 May 2016. A Question and Answer document will be provided on 16 May 2016. It is the interested Offerors' responsibility to check FedBizOpps for updated information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-16-T-0003/listing.html)
- Place of Performance
- Address: Volk Field ANGB Dining Facility, 100 Independence Drive, Building 449, Camp Douglas, Wisconsin, 54618, United States
- Zip Code: 54618
- Zip Code: 54618
- Record
- SN04091474-W 20160423/160421234719-d3e21c5ac188ccda9c533ca9000a8b5b (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 |