|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1997 PSA#1924General Services Administration, Public Buildings Service, 450 Golden
Gate Ave, San Francisco, CA 94102-3434 73 -- FOOD COURT SERVICES SOL GS-09P-97-KSC-1014 DUE 100997 POC
Jeffrey T. Fines (415) 522-3383 COMMERCIAL ITEM -- COMBINED
SYNOPSIS/SOLICITATION 17. -- DESCRIPTION REQUIREMENTS: This is a
combined synopsis/solicitation for 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 food court/cafeteria services at the
Internal Revenue Service Center, 5045 East Butler Ave., Fresno, CA. The
contractor shall provide all management, supervision, labor, materials,
supplies and equipment (except as otherwise provided) and shall
establish and operate the food service facility for the purpose of
dispensing food, non-alcoholic beverages and other such items. Service
shall be prompt, efficient and courteous and avoid undue interference
with the operation of the building in which services are provided. FAR
REQUIREMENTS: 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) Food Court Service: detailed proposal for
new and improved innovative approaches in the provision of the
Cafeteria/Food court concept, (example, proposed concepts, plans,
renderings, operation description, and financial program). (v) Menu
Variety/Pricing -- comparative cost of menu items/variety. (vi) Oral
Presentation -- the purpose is to test the offeror's understanding of
the requirements and their capability to perform in accordance with the
scope of work (SOW). The offeror's oral presentation team shall be
comprised of actual personnel who will perform the requirements of the
SOW. The oral presentation date will be scheduled by the contracting
officer after receipt of proposals. 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 b the contracting officer to be necessary. (b) Options.
Evaluation of options shall not obligate the Government to exercise the
option(s). 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 agree 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
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 Report 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). The
Contractor agrees to comply with the FAR clauses in this paragraph,
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 COMMERCIAL ITEM -- COMBINED
SYNOPSIS/SOLICITATION 17. -- DESCRIPTION REQUIREMENTS: This is a
combined synopsis/solicitation for 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 food court/cafeteria services at the
Internal Revenue Service Center, 5045 East Butler Ave., Fresno, CA. The
contractor shall provide all management, supervision, labor, materials,
supplies and equipment (except as otherwise provided) and shall
establish and operate the food service facility for the purpose of
dispensing food, non-alcoholic beverages and other such items. Service
shall be prompt, efficient and courteous and avoid undue interference
with the operation of the building in which services are provided. FAR
REQUIREMENTS: 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) Food Court Service: detailed proposal for
new and improved innovative approaches in the provision of the
Cafeteria/Food court concept, (example, proposed concepts, plans,
renderings, operation description, and financial program). (v) Menu
Variety/Pricing -- comparative cost of menu items/variety. (vi) Oral
Presentation -- the purpose is to test the offeror's understanding of
the requirements and their capability to perform in accordance with the
scope of work (SOW). The offeror's oral presentation team shall be
comprised of actual personnel who will perform the requirements of the
SOW. The oral presentation date will be scheduled by the contracting
officer after receipt of proposals. 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 b 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 agree 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
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 Report 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
Standard 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 atall 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 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
orpursuant 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 GS09P97KSC1014 is being issued as a Request for Proposals. All
provisions and clauses are those in effect through Federal Acquisition
Circular FAC 90-46, dated March 17, 1997, and General Services
Administration Regulation Change 75, dated May 15, 1997. The SIC code
for this solicitation is 5812. This procurement is not set aside for
Small Business. Proposals due on October 9, 1997 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 anticipated period of
performance is from November 1, 1997 thru October 31, 1999 with one
three-year option and two five-year options. Wage Determination No.
95-0378 (Rev. 2) dated 1/30/97 is applicable. A pre-proposal conference
will be held on September 15, 1997 at 10:00 a.m. PST at GSA, IRS
Center, 5045 E. Butler Avenue, Fresno, CA. Confirm attendance by
calling Mr. Fines. (0246) Loren Data Corp. http://www.ld.com (SYN# 0313 19970905\73-0001.SOL)
73 - Food Preparation and Servicing Equipment Index Page
|
|