Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1998 PSA#2120

National Institutes of Health, Office of Procurement Management, Acquistions Branch C, Bldg. 13, Room G800, Bethesda, MD 20892-5057

M -- FOOD SERVICE OPERATIONS POC Mike Sullivan, (301) 496-3172 MANAGEMENT AND OPERATION OF FOOD SERVICE FACILITIES, NATIONAL INSTITUTES OF HEALTH, BETHESDA, MD. STATEMENTS OF QUALIFICATIONS DUE 8/30/98. Point of Contact: Mike Sullivan, Assistant Director for Real Estate, Division of Space and Facility Management, Office of Research Services, National Institutes of health (NIH), 6120 Executive Blvd., Suite 200, Rockville, MD 20852; Telephone (301) 496-3172; Fax (301) 402-0331; E-mail: sullivam@orstcb.od.nih.gov. This Request for Qualifications (RFQ) is issued as the first step in a competitive, 3-step process. A shortlist of qualified organizations will be developed and those organizations will be invited to participate in the second step, requiring the submission of ideas for food service concepts for the Bethesda campus. The NIH will develop one final concept upon completion of step two and include the parameters of the concept in the request for proposals to be issued in step three. Award of a contract will be made upon completion of the third step to an experienced and qualified Contractor whose proposal offers the best combination of food services for the Bethesda Campus of NIH in terms of proposed quality, variety, food service concepts, brands, facility improvements, and pricing. The NIH, through this selection process, intends to upgrade and enhance the food service program at the Bethesda campus. The Bethesda campus population includes a workforce of 17,300 people and approximately 575,000 annual conference attendees. Scope of Work: Contractor shall provide daily operations and management of approximately 8 dining/cafeteria facilities on the Bethesda campus (final number of facilities to be proposed). The Contractor will be required to provide subcontracting opportunities for local and/or national branded food service operators. The Contractor will be required to provide all equipment (other than existing equipment to be transferred upon award of contract), smallwares, supplies, inventory, and other services necessary to operate and manage high quality food service facilities. The Contractor will be required to provide qualified on-stie management and dining facility cashiers, food servers, and food preparation employees. The Contractor will be required to maintain and operate all equipment in the facilities, as well as provide maintenance and janitorial services for the food facilities, fixtures, and furniture. The Contractor will also be required to secure and maintain appropriate levels of insurance coverage, comply with applicable State and local health codes, and obtain and maintain all operating licenses required by State and local authorities throughout the term of the contract. The term of the contract to be awarded will be between 5 and 10 years, depending, in part, on the level of investment made by the Contractor. The Government will furnish water, electricity, heating, cooling, and telephone service access. Compensation: The Contractor will be allowed to retain up to 10% of net sales (gross sales less sales taxes) to cover net profit and administrativeexpenses. The Contractor may be able to earn additional compensation based on an incentive mechanism to be developed. In addition, the Contractor will be required to pay a fixed or variable percentage of net sales to the Government (percent to be determined) in lieu of rent. It is the goal of NIH that all other profits are to be applied towards reducing the prices charged to the employees for the food offered or to off-set the cost of facility improvements that may be required and funded by the Contractor, upon mutual agreement between NIH and the Contractor. Minimum qualification requirements: A qualified Contractor could be a single corporation, or a joint venture or partnership of several entities. The prime Contractor must meet the following minimum requirements: 1) For the last 5 years, the prime Contractor must have owned (a minimum 25% interest) and operated a food service business grossing not less than $15 million per year for at least 2 of the 5 years; 2) the prime Contractor must have a balance sheet, dated as of the last day of the most recent fiscal year (or more recently) prepared and signed by a CPA, showing total assets of not less than $5 million; and 3) satisfactory evidence that the prime Contractor is capable of financing start-up costs and working capital required for this contract. The RFQ shall be issued on or about July 1, 1998. A mandatory preproposal conference/site tour shall be held on July 30, 1998. Only written requests for solicitation packages will be accepted. Requests referencing this RFQ may be faxed to the Division of Space and Facility Management, Attn: Mike Sullivan, at (301) 402-0331. Include your business name, mailing address, telephone and facsimile numbers, and point of contact. (0168)

Loren Data Corp. http://www.ld.com (SYN# 0049 19980619\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page