SOLICITATION NOTICE
89 -- SFAUC Training Catered Meals in Texas
- Notice Date
- 12/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67K2103130602
- Response Due
- 12/27/2010
- Archive Date
- 2/25/2011
- Point of Contact
- Jennifer Shaw, 801-432-4330
- E-Mail Address
-
USPFO for Utah
(jennifer.shaw5@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation W67K21-0313-0602 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This will be issued as 100% Small Business Set-Aside, the North American Industry Classifications System Code (NAICS) is 722320, size standard is $6.5M. Multiple contracts may be awarded. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase the following services: 1.Catered breakfast, lunch, and dinner meals to include beverage for 17-22, 24-29 January and 1-2 February 2011. Meals to be delivered to two Texas locations. a.Breakfast - 82 each per day (extended quantity 1230). Consisting of all hot meals served from 0730 to 0830 hours. See item E for delivery location. b.Lunch - 82 each per day (extended quantity 1230). Will be boxed/sack lunches and will be delivered with breakfast. c.Dinner - 82 each per day (extended quantity 1230). Consisting of all hot meals served from 1700 to 1800 hours. See item E for delivery location. d.Beverages provided must be bottled water, electrolyte drinks, coffee, milk, or juice. No sodas permitted. e.Delivery locations are as follows: i.17-22 and 24-29 January 2011 will be served at the "C" Company 5/19 building at Camp Bullis Texas. ii.Jan 31, Feb 1-2 Meals will be served at the ALERT training area just outside of San Marcos Texas at 1285 William Pettus Rd. Maxwell, Texas 78656 f.Meals must have a daily combined caloric intake of 3500-4000 per person. g.Requires a good combination of carbohydrates and proteins. Per Army Regulation, AR 30-22, 3-41. (a) Catered meal is defined as "a meal prepared in a commercial establishment for consumption there or delivered to a specific location for consumption or, prepared at the consumption site using caterer's portable equipment and subsistence supplies." There is no authority for a caterer to use Government furnished equipment to prepare subsistence. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-7 - Central Contractor Registration (2) FAR 52.212-1 - Instructions to Offerors--Commercial Items (3) FAR 52.212-2 - Evaluation--Commercial Items (4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-3 - Convict Labor (b) FAR 52.222-21 - Prohibition of Segregated Facilities (c) FAR 52.222-26 - Equal Opportunity (d) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (e) FAR 52.222-50 - Combating Trafficking in Persons (f) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (g) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (h) FAR 52.233-3 - Protest After Award (i) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (7) FAR 52.252-2 - Clauses Incorporated by Reference (8) DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials (9) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (10) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (11) DFARS 252.209-7001 - Disclosure of Ownership or Control by the Government Of a Terrorist Country (12) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III - Transportation of Supplies by Sea - Alternate III EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offeror's capability to provide a quality service that meets the Government's needs; (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature; and (3) Total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Quotes are due NLT 5:00 pm MST 27 December 2010. Quotes may be mailed to: USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Quotes must meet the following criteria: 1.Unit costs for breakfast, lunch, and dinner by location (Camp Bullis, TX and Maxwell TX). 2.Proposed menus MUST accompany quote. 3. Include quotation number, offerors name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN on cover sheet submitted with bid sheet. Failure to provide this information with your offer may cause your offer to be considered non-responsive. Please direct questions to Jennifer Shaw at jennifer.shaw5@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K2103130602/listing.html)
- Place of Performance
- Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
- Zip Code: 84020
- Zip Code: 84020
- Record
- SN02348830-W 20101223/101221234651-371317c757fb834f5c110a73ad8679fe (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 |