SOLICITATION NOTICE
73 -- Prisoner Meals for McAllen, Texas
- Notice Date
- 3/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- U.S. MARSHALS SERVICE; DISTRICT CONTRACTS TEAM 9TH FLOOR CS3 2604 Jefferson Davis Hwy, Alexandria, VA 22301
- ZIP Code
- 22301
- Solicitation Number
- DJMS-10-Q-0030
- Response Due
- 4/9/2010
- Archive Date
- 6/28/2010
- Point of Contact
- Karen C. Schroeder 2023534063
- E-Mail Address
-
Karen.Schroeder2@usdoj.gov
(Karen.Schroeder2@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Prisoner Meals for McAllen, Texas 73 ???????????????????????????????????????????????????????????????? Food Preparation and Delivery Services General Information Document Type: Combined Synopsis/SolicitationSolicitation Number: DJMS-10-Q-0030Classification Code: 73 ???????????????????????????????????????????????????????????????? Food preparation and serving equipmentSet Aside: Total Small BusinessNAICS Code: 722310 ???????????????????????????????????????????????????????????????? Food Service Contractors Contracting Office Address Department of Justice, U.S. Marshals Service (USMS), Financial Services Division, Office of Procurement, District Contracts, Attention: Karen C. Schroeder, Room 926, Crystal Square #3, 2604 Jefferson Davis Highway, Alexandria, VA 22301. Description This is a COMBINED SYNOPSIS/SOLICITATION for commercial items under Solicitation Number DJMS-10-Q-0030, prepared in accordance with the format in FAR subpart 12.6, 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 DJMS-10-Q-0030 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 722310 with a small business size standard of $19 million. This is a small business set-aside and only qualified offerors may submit quotes.The solicitation pricing will start on the date this solicitation is posted and will end on Friday, April 9, 2010 at 4:00 p.m. Eastern Standard Time (EST). FOB Destination shall be McAllen, Texas 78501. Methodology The USMS is contemplating a contract consisting of one (1) base and four (4) option periods. Award is contemplated during the month of April 2010, with services to begin May 1, 2010, and continue through September 30, 2014. Delivery will be to the USMS Southern District of Texas, McAllen Division, 1701 W. Business Highway 83, McAllen, Texas 78501. The NAICS code for this procurement is 722310. The RFQ is limited to small businesses only. See the attached Statement of Work for a full description of this requirement. Evaluation Factors Past performance and price shall be used to evaluate each offer, and shall be considered of equal value. Award will be made to the offeror whose quotation is judged most advantageous to the Government, considering price and past performance equally. Price Base and option year pricing will be evaluated by summing their totals to compute the grand total proposed contract amount. See the attached Schedule of Supplies and Services for guidelines on submitting a price quotation. Past Performance Offerors shall submit references for similar projects occurring within the past three (3) years. Each project listed shall include a brief description, client name, address, point of contact, telephone number, and email address, if available. The Government will perform an independent evaluation of the information received. References will be contacted to assess each offeror's quality of service, cost control, timeliness of performance, and business relations. If an offeror has no previous contract history, the offeror may submit any other information supporting the compliance of products, services, documents, and related deliverables to specification requirements and standards of good workmanship; maintaining program execution within costs; timeliness of performance for services and product deliverables, including the administrative aspects of performance; the ability to resolve technical problems quickly and effectively; commitment to customer satisfaction and business! -like concern for its customers' interests; and overall customer satisfaction. The absence of any past contract performance data will be given an "Unknown" rating. Technical Though offers will not be judged on technical merit, offerors shall provide with their quotation a menu or price list denoting the company name and showing individual menu items and pricing. The menu or price list must show evidence that the meals requested in the Statement of Work can be furnished by the offeror. The menu or price list provided by each offeror will be judged on a pass/fail basis. Licensing Offerors shall provide, together with their quotation, evidence of required state and local licensing, permits, and/or insurance. Licensing, permits, and insurance information provided by each offeror will be judged on a pass/fail basis. Contractor Registration All quotations must contain the offeror's Federal Tax Identification Number, Dun and Bradstreet Number, and Central Contractor Registration (CCR) Number. If not already registered in CCR, go immediately to the Internet to register at http://www.CCR.gov. Items to be Submitted with Quote In addition to providing pricing, each offeror must provide any required non-pricing responses (e.g., technical proposal, past performance information, representations and certifications) directly to Karen.Schroeder2@usdoj.gov so they are received at that email address no later than the closing date and time for this solicitation. STATEMENT OF WORKPRISONER MEALS FOR THE SOUTHERN DISTRICT OF TEXASMCALLEN DIVISION Solicitation Number DJMS-10-Q-0030 1.Background: The United States Marshals Service (USMS) assumes custody of individuals arrested by all federal agencies and is responsible for boarding and transporting prisoners from the time they enter into federal custody until they are either acquitted or sentenced. Individuals arrested or detained for violating federal statutes must be brought before a magistrate or judge for an initial hearing. 2.Objective: The objective of this contract is to provide wholesome, nutritious meals to support the health and wellbeing of prisoners detained in USMS custody. 3.Scope: The Contractor shall provide the necessary meals as described in this statement of work for prisoners detained at the USMS Southern District of Texas, McAllen Division, located at 1701 W. Business Highway 83, Suite 100, McAllen, Texas. Meals will be required at a rate of about 700 per month. Meal services include, but are not limited to, the acquisition, preparation, and delivery of food to the courthouse. The Contractor shall provide all administrative, management, supervision, labor, ordering of food products, unloading, storage, preparation, and all other services as they pertain to this contract. 4.Period of Performance: The period of performance shall be from date of award through September 30, 2008, with four (4) one-year option periods. The Contractor shall provide meals five days per week, excluding the following Federal holidays: New Year's DayLabor DayMartin Luther King Jr.'s BirthdayColumbus DayPresident's DayVeteran's DayMemorial DayThanksgiving DayIndependence DayChristmas Day 5.Type of Contract: The Government will issue a firm fixed price, indefinite quantity contract to meet this requirement. 6.Delivery: The Contractor shall transport prepared meals to the cellblock located at 1701 W. Business Highway 83, McAllen, Texas. A parking space will be made available at the courthouse for deliveries if necessary. Deliveries shall be made to the sally port area no later than 11:30 a.m. Monday through Friday. Meals will be received by a Government-appointed representative at the door. The Contractor employee(s) making the delivery will remain at the courthouse until the meals have been inspected by the Government. Upon acceptance of a delivery, the Contractor employee(s) shall promptly depart the building. No loitering will be permitted in any areas surrounding the courthouse. 7.Tasks to be Performed: The Contracting Officer's Technical Representative (COTR) will notify the Contractor by 8:00 a.m. the day of delivery regarding the number of meals required that day. The Contractor shall accept late orders up to 10:30 a.m. the date of delivery. Meals shall include the following percentage mix: 90 percent hamburgers10 percent salads Each meal shall be accompanied by one side of either French fries or chips and one soft drink. The soft drink shall be 16 ounces in weight and served cool. A variety of two flavors shall be available. All meals shall be served in plastic or paper containers. No glass or metal containers shall be use used. No utensils shall be provided. 8.Quality and Sanitation: The Contractor shall serve nutritious, quality food prepared under clean and sanitary conditions in accordance with state and local codes and regulations. All foods shall be wholesome; free from spoilage, adulteration, and misbranding; and safe for human consumption. Uncooked items shall be clean and free from blemish. All foods shall, when delivered, be attractive in appearance and at the applicable temperature. Food shall be crisp, moist, dry, tender, etc., as may be appropriate in each case. The COTR may inspect the Contractor's facility with 24 hours notice to ensure compliance with this statement of work. The meals provided have a direct effect upon the overall welfare of detained prisoners. Nonperformance or substandard performance may constitute grounds for termination of this contract at any time. 9.Contractor Employees: The Contractor shall furnish qualified personnel to accomplish the requirements stated herein. The Contractor is responsible for the selection, assignment, supervision, and control of its employees. Contractor employees assigned to perform work under this contract shall be physically able to do their assigned work and free from communicable diseases. Contractor employees shall not use any tobacco product, alcoholic beverage or controlled substance of any form while engaged in food preparation or delivery. All delivery personnel shall wear a name tag furnished by the Contractor that reflects the delivery person's name and company. Contractor employees shall provide prompt, efficient, courteous service and avoid undue interference with the operation of the building in which services are provided. Contractor employees shall hold all necessary licenses, permits, and insurance as required by state and local authorities. SCHEDULE OF SUPPLIES AND SERVICESPRISONER MEALS FOR SOUTHERN DISTRICT OF TEXASMCALLEN DIVISION Solicitation Number DJMS-10-Q-0030 1.Contract Type: The contract resulting from this solicitation will be a firm fixed price indefinite quantity indefinite delivery type contract. 2.Purpose/Description: The purpose of the proposed contract is to provide the ready-to-eat meals as described in the Statement of Work for prisoners detained at the USMS Southern District of Texas, McAllen Division, located at 1701 W. Business Highway 83, Suite 100, McAllen, Texas. 3.Contract Line Item Numbers (CLINs): The Price Schedule contains firm-fixed price line items. Only items identified in the Price Schedule are payable under the contract. The firm-fixed prices are considered payment in full for all management, supervision, labor, ordering of food products, unloading, storage, preparation, and all other costs associated with performance of the contract. 4.Estimated Quantities: The offeror shall provide firm fixed prices for each contract line item (CLIN) specified in the Schedule. The quantities or services specified in the schedule are estimates only and may not be purchased under this contract. The actual quantities will vary according to the requirements of the USMS. If the Government's requirements do not result in the quantities described as "estimated quantity," that fact shall not constitute the basis for an equitable adjustment. Unit prices will not be adjusted as the result of a variation in the quantities. The total for all CLINs as shown in Block 26 of the Standard Form (SF) 1449 is the Ceiling Price. The Government will not reimburse the Contractor for costs incurred above the Ceiling Price. 5.Period of Performance: The period of performance shall be from date of award through September 30, 2010, subject to the availability of funds, with four (4) one-year option periods. The Contractor shall be ready to begin performance immediately upon award of the contract. 6.Contract Maximum: The contract maximum for each contract year is 150 percent of the total estimated amount identified in the Schedule. 7.Contract Minimum: The minimum guarantee is calculated based on 10 percent of the total estimated dollar amount for the base year only. The minimum guarantee may be met by ordering from any line item during the base year. There are no guaranteed minimums for any of the option periods. 8.Schedule: BASE PERIOD (May 1, 2010 through September 30, 2010) Line Item No.DescriptionEstimated Qty.*Unit PriceSubtotal0001AHamburger3,1500001BSalad350TOTAL PRICE *Based on an average of 700 total meals per month. OPTION PERIOD 1 (October 1, 2010 through September 30, 2011) Line Item No.DescriptionEstimated Qty.*Unit PriceSubtotal0002AHamburger7,5600002BSalad840TOTAL PRICE *Based on an average of 700 total meals per month. OPTION PERIOD 2 (October 1, 2011 through September 30, 2012) Line Item No.DescriptionEstimated Qty.*Unit PriceSubtotal0003AHamburger7,7130003BSalad857TOTAL PRICE *Based on an average of 714 total meals per month. OPTION PERIOD 3 (October 1, 2012 through September 30, 2013) Line Item No.DescriptionEstimated Qty.*Unit PriceSubtotal0004AHamburger7,8660004BSalad874TOTAL PRICE *Based on an average of 728 total meals per month. OPTION PERIOD 4 (October 1, 2013 through September 30, 2014) Line Item No.DescriptionEstimated Qty.*Unit PriceSubtotal0005AHamburger8,0280005BSalad892TOTAL PRICE *Based on an average of 743 total meals per month. TOTAL ESTIMATED CONTRACT AMOUNT:$__________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ003/DJMS-10-Q-0030/listing.html)
- Record
- SN02104957-W 20100330/100328233030-47c2151a6964d81cfc5221ae4ebe695a (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 |