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