Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

S -- Event Planning, Catering, and Cafeteria Concession Services

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
722320 — Caterers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 61 CONS, 2420 VELA WAY Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
FA2816-06-T-0001
 
Response Due
12/19/2005
 
Archive Date
3/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial non-personal services in accordance with the format in AFMAN 64-302, Nonappropriated Fund (NAF) Contracting Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is 100% set-aside for Small Business. North American Industry Classification System (NAICS) code is 722320, Caterers, with a small business size standard of $6,000,000.00. The resultant contract will be a concessionaire contract. This is a nonappropriated fund purchase and it does not obligate appropriated funds of the United States Government. The Concessionaire shall furnish all personnel, equipment, labor, tools, materials, supervision, transportation, security, insurance and other items and services necessary to provide event planning, catering, and cafeteria services. There are two (2) different facilities that the Concessionaire shall maintain and operate under this requirement, as follows: (1) Event Planning, Catering, and Cafeteria Services at The Club, El Segundo, California; and (2) Event Planning and Catering Services at the Fort MacArthur Community Center, San Pedro, California for Los Angeles Air Force Base (LAAFB). In addition, the Concessionaire shall provide a bar operation at both locations. The period of performance consists of one (1) base year, beginning 01 February 2006 and ending on 31 January 2007, with four (4) one-year options, in accordance with the Concessionaire Contract, dated 12 October 2005. A copy of the Concessionaire Contract, which includes the Statement of Work (SOW), is available as an attachment to this notice. Concessionaire tasks include, but are not limited to, the following: cleaning and maintaining facilities, equipment, and utensils; insuring operator maintenance and training on food service equipment; handling foods, drinks, supplies, and equipment; providing an ?on premise? catering operation at the Community Center and The Club; maintaining quality control; maintaining accurate accounting records set by the Air Force; and provide a beverage operation at the Community Center and The Club. The Concessionaire shall pay the Los Angeles Air Force Base MWR Fund a sum equal to a predetermined monthly fee, for each facility usage and a percent of the gross income for all food and beverage operations at the Fort MacArthur Community Center in San Pedro, CA. and The Club operation in El Segundo, CA., for the entitlement to operate both facilities. The monthly fees and percentage of gross income for all food and beverage operations, paid to the Government, shall be a determining factor in contract award. All proceeds from event planning, catering, and cafeteria services belong to the Concessionaire. Quotations are being requested and a written solicitation will not be issued. All responses to this solicitation (RFQ) must make reference to solicitation number FA2816-06-T-0001. Interested vendors (offerors) have thirty (30) calendar days from publication of this combined synopsis/solicitation to submit their quote. Each offeror shall complete Article I (a) Contract Assignment and (b)(i) Payment and Fees, of the attached Concessionaire Contract, dated 12 October 2005. Each offeror shall submit a list of five (5) contracts of the offeror?s most recent and relevant past performance data on event planning, catering, and cafeteria services performed for government agencies, commercial customers, or your own business, within the last five (5) years. The past performance data shall be limited to no more than two (2) pages per contract listed. Offerors shall provide the following information for each referenced contract: (1) company name, project title, and location; (2) contracting officer or customer?s name, address, telephone, fax, and e-mail address; (3) contract number (if applicable); (4) date of award; (5) period of performance; (6) contract dollar amount; (7) brief summary of the project and how it is relevant to this acquisition; (8) facility; and (9) range of customers per year. The government will assess the recency, relevancy, and quality of the offeror?s performance history for the past performance information submitted. Option years will be exercised based on government need and contractor performance. Anticipated award date is contemplated for 30 December 2005. SITE VISIT: A one-time site visit for all interested bidders will be held on 06 December 2005. At this time, offerors will have the opportunity to visit the Fort MacArthur Community Center and The Club. All interested offerors that wish to attend the site visit *must* contact Jennifer Agcaoili at (310) 363-0623 or Dennis Hass at (310) 363-5114, prior to 02 December 2005 in order to receive clearance and instructions for the site visit. The resulting contract award from this notice will be a firm-fixed price concessionaire type contract. The quotation document and incorporated provisions and clauses are those in effect through the Air Force Nonappropriated Fund (NAF) Contracting Procedures, Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation (DFAR). TO BE ELIGIBLE TO RECEIVE AN AWARD RESULTING FROM THIS SOLICITATION, THE CONTRACTOR MUST BE REGISTERED WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE, NO EXCEPTIONS. In order to register, apply through the Internet at http://www.ccr.gov/. A DUNS (DUN AND BRADSTREET) NUMBER IS REQUIRED IN ORDER TO REGISTER. Verification of CCR registration and Tax ID number must accompany your quote. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Wage Determination Number 94-2047 REV (27) dated 05/23/2005 applies. The offeror is responsible for monitoring this site for the release of/and changes to the solicitation and any subsequent addendums. Paper copies of the solicitation will not be made available to any source. All applicable documents will be posted to this web site. The only methods for receipt of proposals shall be written form that complies with the guidelines contained in the solicitation. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items and FAR Clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition and a completed copy of the provision should be provided with the offer. Offeror shall complete the annual representations and certifications electronically at the ORCA website, http://orca.bpn.gov. DFAR 252.204-7004, Required Central Contractor Registration; FAR 52.233-3, Agency Protests and FAR 52.217-9, Option to Extend the Term of the Contract also apply to this acquisition. The aforementioned addenda are not attached with the exception of FAR 217-9, Option to Extend the Term of the Contract, Addendum: (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days provided that the Government gives the Contractor preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, included the exercise of any options under this clause, shall not exceed five (5) years. For evaluation purposes only, the Government will assume a monthly gross income of $10,000.00. This assumption should not be construed as an anticipated or guaranteed monthly gorss income. EVALUATION FACTORS: The following factors shall be used to evaluate offers: (a) Fee Offered and (b) Past Performance. All evaluation factors other than cost or price, when combined, are aproximately equal to cost or price. The Government will evaluate the fee by adding the Total Annual Fee Offered plus all option years. The past performance will be evaluated based on the recency, relevancy, and quality of performance. Recency is defined as on-going contracts or contracts completed within the last five (5) years form the issuance date of this solicitation. Relevant is defined as past/present effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat relevant is defined as past/present effort involved some of the magnitude of effort and complexities this solicitation requires. Not relevant is defined as past/present effort involved little of the magnitude of effort and complexities this solicitation requires. Quality is part of the evaluation to determine ?how well? the offeror performed. Evaluations of options shall not obligate the Government to exercise the options(s). All responsible sources may submit an offer, which will be considered. Oral communication is not acceptable in response to this RFQ. Mail or deliver quote to: 61 CONS/LGCP, 2420 Vela Way, Suite 1866, Los Angeles Air Force Base, El Segundo, CA 90245-4659 (Attn: Jennifer Agcaoili). NO facsimile or electronic mail will be accepted.
 
Place of Performance
Address: 2420 Vela Way Suite 1866, Los Angeles Air Force Base, El Segundo, California
Zip Code: 90245-4659
Country: United States
 
Record
SN00934498-W 20051120/051118212044 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.