Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2010 FBO #3305
SOLICITATION NOTICE

99 -- Catered meals solicitation for the Montana Army National Guard Regional Training Institute

Notice Date
12/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-11-T-3002
 
Response Due
12/28/2010
 
Archive Date
2/26/2011
 
Point of Contact
Dan Blaine, 406-324-3406
 
E-Mail Address
USPFO for Montana
(dan.blaine@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. MONTANT NATIONAL GUARD W9124V-11-T-3002 REQUEST FOR QUOTATION FOR 1500 CATERED MEALS & LODGING 01 January - 03 September 2011 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The NAICS code is 722320 and the size standard is less than $7.0 million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective 1 June 2008 & Class Deviation 2005-00001. Offers shall propose a firm fixed price for approximately 4,272 catered breakfast meals, 4,248 catered lunch meals, and 4,272 dinner meals to be served in support of the 208th Regional Training Institute of the Montana Army National Guard. Vendor shall propose a firm fixed price PER MEAL for each of the three categories of catered meals - breakfast, lunch, and dinner, respectively - according to the terms and conditions of this entire solicitation. Lowest Price Technically Acceptable determination will deciding factor in award of contract. Menu Standards Daily menu standards will be followed to ensure that appealing, nutritious, and wholesome food choices, in addition to currently popular food items, are provided. The application of the standards is mandatory for both weekday and weekend operations. The meals will include choices from each food group as described in the USDA Food Guide Pyramid. Breakfast meal should include: main entr e, two choices of juice, low fat milk, coffee, assorted dry cereal, two choices of bread, creamer, margarine, assorted jam and jelly, two choices of fresh fruit, and assorted condiments. An example of a breakfast meal would be; bacon, scrambled eggs, hash browns, orange and apple juice, bananas and oranges, toast and English muffin, milk, coffee, creamer, margarine, jam and jelly, and condiments. Lunch and Dinner meals should include: main entr e, starch choice such as potatoes or rice, at least one vegetable, appropriate sauce or gravy to accompany entr e, soup and salad bar, two choices of fresh fruit, two bread choices, two dessert choices, low fat milk, juice, coffee, assorted beverage such as iced tea, lemonade, or kool-aid, margarine, and assorted condiments. Lunch sample: French dip, aujus, French fries, soup and salad bar, brownies, cookies, fruit, juice, milk, coffee, kool-aid, assorted dressings and condiments. Dinner sample: Roast beef, mashed potatoes, gravy, green beans, soup and salad bar, pie, oatmeal cookie, apples, cantelope, hot rolls, wheat bread, juice, milk, coffee, iced tea, margarine, assorted dressings and condiments. Portion sizes: Portion sizes will be in accordance with 20 Day Menu and Ration Breakout schedule (see attatchments). Seconds may be offered if available at no extra cost to the student or government. Variations to menu: Combatives courses require meals with high carbohydrate content due to the physical activitiy and stresses upon students. With appropriate notification, vendor will be required to offer specialty items due to student's special needs such as medical or religious requirements. This will be on a case by case basis as needed. Vendor will be provided with a copy of the 20 DAY MENU and Ration Breakouts. Meal Times Meal serving times will be as follows unless class requirements dictate a change of schedule. Vendor will be notified in advance of any and all changes to serving time requirements. Breakfast will begin NLT 0700 to 0800 Lunch will begin NLT 1200 to 1300 Dinner will begin NLT 1700 to 1800 Serving Location All meals will be served in DFAC 303, Fort Harrison, MT 59636, unless otherwise stated. Vendor will be notified in advance to any changes to serving location. Changes to location may be required due to inoperable equipment, construction, or health and welfare reasons. Vendor will be issued keys to the facility, which they are responsible for. Loss of keys will require the building or DFAC to be rekeyed, which will result in cost to vendor for such action. Vendor is responsible for keeping serving, storage, and dishes receiving areas clean and sanitary. Trash must be removed daily. Training dates and student numbers are subject to change or cancelation. RTI will provide caterer with changes to training dates 15 days in advance and provide headcount 48 hours prior to training. Course managers will manage headcount sheets. Changes to student numbers will take place 24 hours after notification. Class leaders will communicate with vendor about changes in meal times or numbers of students. Due to unpredictability of class size, and or last minute increase or decrease in class numbers, vendor will provide a price break-out for class sizes. Prices will be listed for class size break-outs of 5-10 students, 10-20, 20- and greater. When class sizes are small, generally 5-20 students, meal serving times will be reduced to one half hour. Class leaders and instructors will work with vendor to coordinate meal times and ensure all students have opportunity to participate in meals. This contract will take into account quality and past performance from vendors, to include AARs from previous courses. Course Schedule Catered Meals for 208th RTI - FY2011 (ADT) Breakfast Meals 4272 Lunch Meals 4248 Dinner Meals 4272 January 2011 92A MOST Ph 1, 7-22 Jan: 16 days x 15 students 68W 10 Cls, 9-14 Jan: 6 days x 24 students 92A MOST Ph 2, 23 Jan - 6 Feb: 15 days x 15 students February 2011 ABIC, SQI, 7-17 Feb: 11 days x 12 students 92A MOST Ph 1, 16 Feb - 4 Mar: 17 days x 15 students March 2011 92A MOST Ph 2, 4-18 Mar: 15 days x 15 students April 2011 ABIC SQI, 4-14 Apr: 11 days x 12 students May 2011 SGI, 15-20 May: 6 days x 9 students June 2011 CLC-06, 5-10 Jun: 6 days x 24 students Combatives Lvl 1, 5-10 Jun: 6 days x 24 students July 2011 CLC-06, 10-15 Jul: 6 days x 24 students Combatives Lvl 1, 10-15 Jul: 6 days x 24 students 92A MOST Ph 1 20 Jul - 4 Aug: 16 days x 15 students 68W MOST Ph 1, 23 Jul - 17 Aug: 26 days x 24 students August 2011 92A MOST Ph 2, 5- 19 Aug: 15 days x 15 students Combatives Lvl 2, 8-19 Aug: 12 days x 24 students 68W MOST Ph 2, 17 Aug - 10 Sep: 25 days x 24 students September 2011 68W MOST Ph 3, 11- 29 Sep: 19 days x 24 students Possible Combatives Lvl 1 makeup, 6 days x 24 students TBD The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation - Commercial Items (Janaury 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors are considered. The following factors shall be used to evaluate offers: Price and Technical Capability. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration APRIL 2008. 52.211-6 Brand Name or Equal AUGUST 1999. 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 Evaluation - Commercial Items JAN 1998. 52.212-3 ALT I Offeror Representations and Certifications - Commercial Items, April 2002 52.212-4 Contract Terms and Conditions - Commercial Items, April 2002. 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) JUN 2008 52.219-6 Notice of Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilites FEB 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.204-7004 Applicable Law for Breach of Contract Claim OCT 2004 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American Act- Balance of Payments Program of Commercial Items 252.232.7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea May 2002 Complete descriptions of the provisions and clauses referenced in this synopsis/solicitation may be viewed on the internet at http://farsite.hill.af.mil Offers may be submitted by hard copy: USPFO for Montana Purchasing and Contracting Department, ATTN: Dan Blaine 1956 Mt Majo Street, Post Office Box 4789 Fort Harrison, Montana 59636-4789 Or by e-mail to dan.blaine@us.army.mil Offers must be received by 1600 on 28 December 2010 DAN NIEL BLAINE Contract Specialist, MT ARNG
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-11-T-3002/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02342129-W 20101212/101210233856-07357b685a45e7ce8cd57a8c0e5dc6ae (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.