SOURCES SOUGHT
S -- Mess Attendant/Cook Support Services
- Notice Date
- 4/7/2020 3:52:50 PM
- Notice Type
- Sources Sought
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
- ZIP Code
- 15108-4495
- Solicitation Number
- FA6712-20-RFI-0100MA
- Response Due
- 5/1/2020 9:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Jessica Lyn H. Rasmussen, Phone: N/A
- E-Mail Address
-
jessica_lyn.rasmussen@us.af.mil
(jessica_lyn.rasmussen@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Information-Sources Sought number is FA6712-20-RFI-0100MA and MUST be used to reference any written responses to this sources sought. Pittsburgh Air Reserve Station, Coraopolis, PA anticipates a requirement that is being considered under the Small Business Administration (SBA) 8(a) program.� The North American Industry Classification Systems (NAICS) Code proposed 722310 � Food Service Contractors.� The size standard for NAICS is $41.5 million.� The requirement is to provide:�� Mess Attendant/Cook Support Services����� Scope of Work includes but is not limited to: Provide all personnel, supervision, and any items and services necessary to perform food service attendant services at Pittsburgh ARS. Contractor tasks include, but are not limited to, the following: serving and replenishing food, cleaning facilities, equipment, and utensils, preparing vegetables and fruits for the salad bar, cleaning tables regularly during meal period in dining areas, performing cashier services, handling foods, food grade cleaning supplies and equipment, maintaining quality control, ensuring operator maintenance of food service equipment, and in the event of contingency, perform all required tasks to include cooking to ensure continued service. The contractor cooks/attendants shall obtain foods from the storeroom manager for each meal and accomplish the food preparation tasks listed on Food Service Production Log in accordance with the recipe cards. The contractor shall serve food in standard portions, IAW Air Force Automated Recipe Service, unless smaller portions are requested by the patron. Servers will utilize the proper serving utensil as directed by the production log.� Contractor is responsible for moving full serving containers to serving lines and removing empty containers.� Perform standard cross panning procedures, maintain proper temperature on serving lines in the absence of military personnel and document of the production log. Set up and close down serving lines in accordance with the Food Service Production Log. Contractor must make up boxes or containers, assemble, and pack the meal components for pickup by others. The Long Hall Dining Facility provides anywhere from 50 to 100 ground support box meals per drill weekend. Contractor will use commercial carryout boxes and containers with Air Force Food Service Logo (provided by Government), when military personnel are not available, to produce the Grab and Go meals due to training requirements. Provide sufficient personnel to ensure that patrons can be served at the rate of 5 guests per minute main serving line and 3 guests per minute on short order serving line or breakfast line. Contractor will provide table cleaning service, cashier service, sanitation services, and housekeeping services. ESTIMATED HOURS OF OPERATION Breakfast Hours: 0600 � 0700 Number of serving lines: 2 Lunch Hours: 1030 � 1230 Number of serving lines: 2 Dinner Hours: 1600-1700 Number of serving lines: 1 MEAL ESTIMATES Saturday Breakfast 175-225 Sunday Breakfast 175-225 Saturday Lunch 550-675 Sunday Lunch 550-675 Approximately 1,500 total meals are served per month. Service is typically one weekend per month. Include in your capabilities package your DUNS, Cage Code, System for Award Management (SAM) expiration date, and any related specifications/drawings. Market research is being conducted to determine interest and capability within the 8(a) program. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms must submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas must be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining set-aside decisions. No assumptions will be made regarding capabilities. Firms must submit sufficient information to assist the Contracting Officer in making a determination regarding capabilities within the 8(a) program. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address:� Jessica Rasmussen, jessica_lyn.rasmussen@us.af.mil.�Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 1 MAY 2020 at 12:00 PM Eastern Time Future information about this acquisition, including issuance of a request for quotation and/or applicable amendments, will be issued through beta.sam.gov Opportunities.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7764076a8c6241fa83182f00750a70fb/view)
- Place of Performance
- Address: Coraopolis, PA 15108, USA
- Zip Code: 15108
- Country: USA
- Zip Code: 15108
- Record
- SN05613592-F 20200409/200407230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |