|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1997 PSA#1864GSA; PBS; 450 Golden Gate Avenue; San Francisco, CA 94102 73 -- BRANDED FOOD COURT/CAFETERIA SERVICES SOL GS-09P-97-KSC-0047 DUE
070897 POC Point of Contract -- Jeffrey T. Fines, Contracting Officer,
415-522-3383 WEB: Branded Food Services, http://www.gsa.gov. E-MAIL:
Branded Food Services, Patrick.Jones@gsa.gov. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the Federal Acquisition Regulation (FAR) 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. SCOPE OF
WORK-The contractor shall provide all labor, materials, equipment and
supervision (except as otherwise provided) to provide a "branded food
court" facility at the Internal Revenue Service Center located at 5045
E. Butler Avenue, Fresno, CA. "branded" is defined as
consumer-recognized restaurant and food manufacturer brands. The
contractor shall plan, schedule, coordinate, design, construct (subject
to government approval and utilizing the most recent version of "AIA
Master Specs") and assure facility effective performance of the
"branded food court" facility to the IRS tenants. There shall be a
minimum of four(4) different "branded" food selections available for
each meal. Service shall be prompt, efficient and courteous and avoid
undue interference with the operation of the building in which services
are provided. FAR REQUIREMENT: FAR 52-212-1 is applicable, FAR 52-212-2
EVALUATION-COMMERCIAL ITEMS (OCT. 1995)(a) The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be the most
advantageous to the Government. The following factors shall be used to
evaluate offers, in descending order of importance: (i) Past
Performance -- each offeror will be evaluated on his/her performance
under existing and prior contracts for similar products or services.
The Government will focus on information that demonstrates quality of
performance relative to the size and complexity of the procurement
under consideration. References other than those identified by the
offeror may be contacted by the Government with the information
received used in the evaluation of the offer's past performance. (ii)
Experience -- offerors shall submit a list of at least three similar
contracts completed during the past three years (with at least one year
of performance completed on each) and all contracts currently in
process. Contracts listed may include those with the Federal
Government, agencies of state and local Government's and commercial
customers. For each contract provide contract numbers, points of
contact with telephone numbers and any other relevant information.
(iii) Financial consideration: A percentage of the net revenue payable
monthly to the government, percentage to be included in contractors
proposal. (IV) Types of branded foods. (V) Comparative cost of menu
items/variety. Government intends to evaluate proposals and award a
contract without discussions with offerors (except communications
conducted for the purpose of minor clarification). Therefore each
initial offer should contain the offeror's best terms from a price and
technical standpoint. However, the Government reserves the right to
conduct discussions if later determined by the Contracting Officer to
be necessary (b) Options. Evaluation of options shall not obligate the
Government to exercise the option(s). (c) A written notice of award or
acceptance of an offer, mailed or otherwise furnished to the successful
offeror within the time for acceptance specified in the offer, shall
result in a binding contract without further action by either party.
Before the offer's specified expiration time, the Government may accept
an offer (or part of an offer), whether or not there are negotiations
after its receipt, unless a written notice of withdrawal is received
before award. (End of Provision) 52.212-3 -- Contractor will include a
completed copy of this provision. 52.212-4 -- Contract Terms and
Conditions -- Commercial Items is applicable. 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items. As prescribed in 12.301(b)(4), insert the following
clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 1996) (a) The Contractor
agrees to comply with the following FAR clauses, which are incorporated
in this contract by reference, to implement provisions of law or
executive orders applicable to acquisitions of commercial items: (1)
52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After
Award (31 U.S.C 3553 and 40 U.S.C. 759).(b) The Contractor agrees to
comply with the FAR clauses in this paragraph (b) which the contracting
officer has indicated as being incorporated in this contract by
reference to implement provisions of law or executive orders applicable
to acquisitions of commercial items or components:( Contracting Officer
shall check as appropriate.) _X_ (1) 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I (41)U.S.C. 253g
and 10 U.S.C. 2402). _X_ (2) 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity (41 U.S.C. 423)._X_ (3) 52.219-8,
Utilization of Small Business Concerns and Small Disadvantaged Business
Concerns (15 U.S.C. 637 (d)(2) and (3)). ___(4) 52.219-9, Small, Small
Disadvantaged and Women-Owned Small Business Subcontracting Plan (15
U.S.C. 637 (d)(4)). ___ (5) 52.219-14, Limitation on Subcontracting (15
U.S.C. 637(a)(14)). _X_ (6) 52.222-26, Equal Opportunity (E.O. 11246).
_X_ (7) 52.222-35, Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 U.S.C. 4212). _X_ (8) 52.222-36, Affirmative Action
for Handicapped Workers (29 U.S.C. 793). _X_ (9) 52.222-37, Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era
(38 U.S.C. 4212). ___ (10) 52.225-3, Buy American Act -- Supplies (41
U.S.C. 10). ___ (11) 52.225-9, Buy American Act -- Trade Agreements Act
-- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). ___
(12) [Reserved] ___ (13) 52.225-18, European Union Sanction for End
Products (E.O. 12849). ___ (14) 52.225-19, European Union Sanction for
Services (E.O. 12849). ___ (15) 52.225-21, Buy American Act -- North
American Free Trade Agreement Implementation Act -- Balance of Payments
Program (41 U.S.C 10, Pub. L. 103-187). ___ (ii) Alternate I of
52.225-21. __ __(16) 52.239-1, Privacy or Security Safeguards (5 U.S.C.
552a). ____ (17) 52.247-64, Preference for Privately Owned U.S.-Flag
Commercial Vessels (46 U.S.C. 1241). (c) The Contractor agrees to
comply with the FAR clauses in this paragraph (c), applicable to
commercial services, which the Contracting Officer has indicated as
being incorporated in this contract by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components: (Contracting Officer check as
appropriate.) _X_ (1) 52.222-41, Service Contract Act of 1965, As
amended (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of
Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et
seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract
Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.
206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor
Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C.
206 and 41 U.S.C. 351, et seq.). ____ (5) 52.222-47, SCA Minimum Wages
and Fringe Benefits Applicable to Successor Contract Pursuant to
Predecessor Contractor Collective Bargaining Agreement(CBA) (41 U.S.C.
351, et seq.). (d) Comptroller General Examination of Record. The
Contractor agrees to comply with the provisions of this paragraph (d)
if this contract was awarded using other than sealed bid, is in excess
of the simplified acquisition threshold, and does not contain the
clause at 52.215-2, Audit and Records -- Negotiation. (1) The
Comptroller General of the United States, or an authorized
representative of the Comptroller General, shall have access to and
right to examine any of the Contractor's directly pertinent records
involving transactions related to this contract. (2) The Contractor
shall make available at its offices at all reasonable times the
records, materials, and other evidence for examination, audit, or
reproduction, until 3 years after final payment under this contract or
for any shorter period specified in FAR Subpart 4.7, Contractor
Records Retention, of the other clauses of this contract. If this
contract is completely or partially terminated, the records relating to
the work terminated shall be made available for 3 years after any
resulting final termination settlement. Records relating to appeals
under the disputes clause or to litigation or the settlement of claims
arising under or relating to this contract shall be made available
until such appeals, litigation, or claims are finally resolved. (3) As
used in this clause, records include books, documents, accounting
procedures and practices, and other data, regardless of type and
regardless of form. This does not require the Contractor to create or
maintain any record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision of law. (e)
Notwithstanding the requirements of the clauses in paragraphs (a), (b),
(c) or (d) of this clause, the Contractor is not required to include
any FAR clause, other than those listed below (and as may be required
by an addenda to this paragraph to establish the reasonableness of
prices under Part 15), in a subcontract for commercial items or
commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246);
(2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 U.S.C. 2012(a)); (3) 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793); and (4) 52.247-64, Preference for
Privately-Owned U.S.- Flagged Commercial Vessels (46 U.S.C. 1241)(flow
down not required for subcontracts awarded beginning May 1, 1996). (End
of clause) Pursuant to FAR 12.301(e)(2), the following FAR clauses are
incorporated by reference (Checked as appropriate): X 52.217-8 Option
to Extend Services. X 52.217-9 Option to Extend the Term of the
Contract. The solicitation number GS09P97KSC0047 is being issued as a
Request for Proposals. All provisions and clauses are those in effect
through Federal Acquisition Circular FAC-90-45, dated January 2, 1997
and General Services Administration Regulation Change 74, dated January
27, 1997. The SIC code for this solicitation is 5812. This procurement
is not set aside for Small Business. Proposals due on 07/08/97 Time
4:00 p.m. PST, at GSA, Property Management Division, Contracts Section
(9PMFC), 450 Golden Gate Avenue, 4th Floor East, San Francisco, CA
94102-3434. POC: Mr. Jeffrey T. Fines Telephone No. (415) 522-3383.
Copies of attachments and further information can be obtained by FAX
request (415) 522-3118, or by telephone request. The services will
begin on August 1, 1997, for a period of five years, with 2 five year
options. Wage determinations #95-0378, rev. 1 dated 2/01/96, dated
9/30/96 and Davis Bacon Wage Rates are applicable. A pre-proposal
conference will be held by appointment only by calling Mr. Jeffrey T.
Fines. (0160) Loren Data Corp. http://www.ld.com (SYN# 0263 19970611\73-0001.SOL)
73 - Food Preparation and Servicing Equipment Index Page
|
|