Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173

Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152

73 -- PROVIDE MEALS FOR CHILD CARE DEVELOPMENT CENTER, LEAD SOL DAAC67-98-Q-0209 DUE 091698 POC Point of Contact -- Karen McKibben, Contract Specialist, 717-267-9753 x 309. Contracting Officer, Brenda S. Earnest, 717-267-9753 x 260. E-MAIL: Dir of Contracting, tkeller@letterkenn-emh1.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603 of the Federal Acquisition (FAR), 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. The solicitation number is DAAC67-98-Q-0209, and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-04. The Standard Industrial Classification is 5812 and the small business size standard is $15 million. Provide all necessary material and labor for meals for the Child Development Center (CDC) for Base Period (1 October 1998 through 30 June 1999) as listed below. Item 0001 Provide On-Site preparation and delivery of meals to CDC sites, Item 0001AA Breakfast, lunch and afternoon snacks, Pre-School Age, Qty. 7.650 ea; Item 0001AB Breakfast and afternoon snacks School Age, Qty. 4,725 ea. 0001AC Breakfast, lunch and afternoon snacks for Kindergarten, Qty 1,134 ea.; 0001AD Additional lunches, Qty. 250 ea.; 0001AE Miscellaneous food for special events, 6 ea. per year. Item 0002: Provide Off-Site preparation and delivery of meals to CDC sites, Item 0002AA Breakfast, lunch and afternoon snacks, Pre-School Age, Qty. 7,560 ea; 0002AB Breakfast and afternoon snacks School Age, Qty. 4,725 ea; 0002AC Breakfast, lunch and afternoon snacks for Kindergarten, Qty. 1,134 ea. 0002AD Additional lunches, Qty. 250 ea.; 0002AE Miscellaneous food for special events, 6 ea. per year. CLINS 0003 through 0004AE -- Option Period 1 and CLINS 0005 through 0006AE -- Option Period 2. A company that is located within a fifty- (50) mile driving distance of Letterkenny Army Depot, Chambersburg, PA, shall perform this service. Any offers received from a firm outside this radius must be supported with information on a subcontractor that is located within the allowable radius who will perform the work. SITE VISIT: 0900, 3 September 1998, Bldg. 421, Letterkenny Army Depot. A detailed Scope of Work and menus are available upon written request to Directorate of Contracting, Attn: SIOLE-KOP, Bldg. 421, Karen McKibben, Letterkenny Army Depot, Chambersburg, PA 17201-4152, FAX # 717-267-9834. All food items must be procured from approved sources, as prescribed in Army Regulation 40-657. All vendors must comply with the "USDA: Child and Adult Care Food Program Creditable Foods Guide", "USDA: Meals Patterns for Children ages 1 through 12 years", and "TBMED 530 in conjunction with any State Regulations". (Referenced materials are available by request from the Contracting Officer). Only "QUALIFIED" sources will be considered for this acquisition; therefore, all vendors must provide "Evidence of Qualification" (I.E., Certifications, Licenses, or References from Educational or Public Institutions previously serviced). Delivery shall be FOB Destination to Child Development Center, Buildings 619, 645 and 646 at Letterkenny Army Depot, Chambersburg, PA 17201-4150. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to this acquisition. Offerors must include a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS with their quotation. The following clauses also apply to this solicitation: FAR 52-212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. The following clauses cited in FAR 52.212-5 are also applicable: FAR 52.222-3 CONVICT LABOR, FAR 52.233-3 PROTEST AFTER AWARD, FAR 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE I, FAR 52.203-10 PRICE OR FEE ADJUSTMENT, FAR 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS, FAR 52.219-14 LIMITATION ON SUBCONTRACTING, FAR 52.222-26 EQUAL OPPORTUNITY, FAR 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS, FAR 52.222-37 EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.225-3 BUY AMERICAN ACT-SUPPLIES, FAR 52.225-21 BUY AMERICAN ACT- NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT- BALANCE OF PAYMENTS PROGRAM, FAR 52.222-41 SERVICE CONTRACT ACT OF 1965, FAR 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT- PRICE ADJUSTMENT, FAR 52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT- PRICE ADJUSTMENT, FAR 52.222-47 SCA MINIMUM WAGES AND FRINGE BENEFITS APPLICABLE TO SUCCESSOR CONTRACT PURSUANT TO PREDECESSOR CONTRACTOR COLLECTIVE BARGAINING AGREEMENT. In addition, the following are applicable: 52.204-6 CONTRACTOR IDENTIFICATION NUMBER-DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER, FAR 52.217-8 OPTION TO EXTEND SERVICES, FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT, FAR 52.232-18 AVAILABILITY OF FUNDS, DFAR 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE, DFAR 252.243-7001 PRICING OF CONTRACT MODIFICATION, FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT, FAR 52.232-34 OPTIONAL INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT, FAR 52.0232-4002 PAYMENT UTILIZING A GOVERNMENT CREDIT CARD, FAR 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED PRICE) AND FAR 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE). In accordance with Debt Collection Improvement Act of 1996 and DFARS 204.7303, CENTRAL CONTRACTOR REGISTRATION POLICY all prospective contractors must be registered in the CCR database prior to award of a contract. Quotations may be submitted on Standard Form 1449. The Defense Priorities and Allocations System (DPAS) is "DOS10". The due date and time for receipt of proposals is 4:00 p.m. Eastern Standard Time on September 16, 1998, Bldg. 421S at Letterkenny Army Depot, Chambersburg, PA. All quotations must reference the solicitation number and the due date for receipt of quotations.In addition to this, each quotation must contain the name, address and telephone number of the offeror as well as any discount terms that are offered and the remit to address (if different from the mailing address). If offer is not submitted on Standard Form 1449, It must include a statement specifying the extent of agreement with all terms and conditions of this solicitation. Any quotations that reject the terms and conditions of this solicitation or do not include the certifications and representations contained in FAR 52.212-3 may be excluded from consideration. All offerors must hold their prices firm for 60 calendar days from the due date specified for receipt of quotations. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Any quotations or modifications to quotations received after the specified due date for receipt of quotations will not be considered. The Government may make an award with our withoutdiscussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms. A written notice of contract 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 specified expiration date of an offer, the Government may accept that offer unless a written notice of withdrawal is received prior to award. Offerors shall specify business size and classification as required in FAR 52.212-3. All clauses and provisions referenced in this announcement may be accessed at the following website: ttp:/www.gsa.gov/far/current. This is a total small business set aside NO CALLS PLEASE. See Note 1. Posted 09/01/98 (D-SN244183). (0244)

Loren Data Corp. http://www.ld.com (SYN# 0390 19980903\73-0002.SOL)


73 - Food Preparation and Servicing Equipment Index Page