Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2008 FBO #2585
SOLICITATION NOTICE

F -- National Mobile Food Services

Notice Date
12/22/2008
 
Notice Type
Presolicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of Agriculture, Forest Service, National Interagency Fire Center, 3833 S. Development Avenue, Jack F. Wilson Bldg., Boise, Idaho, 83705-5354
 
ZIP Code
83705-5354
 
Solicitation Number
AG-024B-S-07-9001
 
Point of Contact
Melinda G. Draper,, Phone: 208-387-5610, Christopher D. Kirk,, Phone: 208-387-5665
 
E-Mail Address
mgdraper@fs.fed.us, ckirk@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
The Government anticipates issuing a Solicitation Request for Proposals in approximately 20 days. The intent of the future solicitation and any resultant contract is to obtain the services of Mobile Food Service Units to provide appetizing, well balanced hot and special meals, sack lunches, hot and cold can meals and supplemental items at various field locations during wildland fire and other types of activities throughout the contiguous western United States. Any resultant contract will be available for use by the Forest Service and other cooperating Federal and State Agencies, hereinafter referred to as the Government. The Mobile Food Service Unit is to include all equipment, labor, materials and supplies (except those designated as Government Furnished) to accomplish the full scope of work. Only equipment and personnel necessary for the operation of a Mobile Food Service Unit will be allowed and approved for use under any resultant contract. Equipment must be capable of operating in adversely impacted urban areas to remote, primitive locations with very limited access. Equipment maneuverability, ground clearance and capability of rapid evacuation of personnel and equipment are essential. These emergency services shall include (but are not limited to) complete management, control, purchase, receipt, storage, issue, handling, processing, packaging, preparation, food serving, clean up, transport, repair, and maintenance. All meals shall be served by Contractor personnel with the exception of the salad bar and the optional service, dessert, and condiment bars, which may be self-service. Sack lunches and hot/cold can meals are delivered to the Government at the incident camp when ordered. When the use of a mobile food service unit is needed for other types of activities, the Government may use the National Mobile Food Service Contractor(s) at its option. The effective period of any resultant contract will be from January 1, 2010 through December 31, 2010. The Government, at its option, may renew any resultant contract for additional one-year periods, not to exceed four renewal periods. In accordance with AGAR 452.237-71 Pre-Bid/Pre-Proposal Conference, the Government is planning a pre-bid/pre-proposal conference, during which potential offerors may obtain a better understanding of the work required. Offerors are encouraged to submit all questions in writing at least five (5) days prior to the conference. Questions will be considered at any time prior to or during the conference; however, offerors will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment to the solicitation containing an abstract of the questions and answers, and a list of attendees, will be disseminated. In order to facilitate conference preparations, it is requested that the person named on the Standard Form 33 of this solicitation be contacted and advised of the number of persons who will attend. The Government assumes no responsibility for any expense incurred by an offeror prior to contract award. Offerors are cautioned that, notwithstanding any remarks or clarifications given at the conference, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to conference questions, or any solicitation amendment, create ambiguities, it is the responsibility of the offeror to seek clarification prior to submitting an offer. The Pre-Bid/Pre-Proposal Conference will be held: Date: January 22, 2009 Time: 8:30 AM; MST Location: Best Western Vista Inn, Sawtooth-Sierra Room, 2645 Airport Way, Boise, ID 83705 The proposed contract is set aside 100% for small business concerns. Current Points of Contact Melinda Draper, Contract Specialist, Phone 208-387-5279, Fax 208-387-5384, Email mgdraper@fs.fed.us – Lothar Kososik, Contract Program Specialist, Phone 208-387-5676, Fax 208-387-5384, Email lkososik@fs.fed.us – Christopher Kirk, Procurement Technician, Phone 208-387-5665, Fax 208-387-5384, Email ckirk@fs.fed.us
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d68764e3772446f65cb18cd04729aa2&tab=core&_cview=1)
 
Place of Performance
Address: Western United States, United States
 
Record
SN01723012-W 20081224/081222215305-9d68764e3772446f65cb18cd04729aa2 (fbodaily.com)
 
Source
FedBizOpps 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.