SOURCES SOUGHT
M -- Full food services for Dining Facility at Fort Meade, MD.
- Notice Date
- 1/5/2011
- Notice Type
- Sources Sought
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0FFS1046
- Response Due
- 1/10/2011
- Archive Date
- 3/11/2011
- Point of Contact
- Christine Y. Morris, 757-878-3166
- E-Mail Address
-
Fort Eustis Contracting Center (W911S0)
(christine.y.morris@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Small Business Sources Sought: This is a Sources Sought announcement seeking only qualified small businesses (e.g., small business, 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) responses in order to determine Small Business participation in this acquisition. The Mission and Installation Contracting Command Center (MICC C-EU), Fort Eustis, Virginia, is seeking potential sources to procure full food service for the Freedom Inn Dining Facility at Fort George G. Meade, Maryland. Contractor responsibilities include but are not limited to: - dining facility management; - cooking; - food preparation; - serving and replenishing food; - operating a storeroom and its maintaining its inventory; - cleaning/sanitizing facilities, equipment and utensils; - bussing tables in dining areas; - performing cashier services; - maintaining quality control; - submitting work and repair orders for the facility; - performing contingency/emergency support as required; - ordering food; - grounds maintenance; - managing the Army Food Management Information System (AFMIS) - ground support meals; - support special functions hosted by the Freedom Inn The Government anticipates the award of a Firm Fixed Price contract to the successful offeror of this requirement. The period of performance is for a base year period of two (2) months with four (4) 12-month option years. This competition will include a Randolph Sheppard Act (RSA) State Licensed Agent (SLA) under the provisions of the Randolph-Sheppard Act 20 U.S.C 107, AR 210-25, paragraph 6(b)(2), and Title 34, Code of Federal Regulations, Section 395.33(d). All work is to be performed in accordance with the Performance Work Statement. The designated North American Industry Classification Systems (NAICS) Code for this procurement is 722310, (Food Service Contractors), with a small business size standard of $35 million. Your response shall include the following information: Your DUNS number or CAGE code, your small business status (i.e., small business, 8(a), HUBZone, WOSB, VOSB, SDVOSB, etc.), revenue for last three years, relevant past performance on same/similar work within the last three years, and your company's capability to do the work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. Responses should not exceed five (5) pages in length. This information should be emailed to Christine Morris at christine.y.morris@us.army.mil NLT 10 January 2011. Any questions shall be directed to Christine Y. Morris, Contract Specialist, (757) 878-3166, ext. 3296 or Janice Elliott, Contracting Officer, (757) 878-3166, ext. 3290. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Contracting Office Address: Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538 Place of Performance: Mission and Installation Contract Command, Ft. Eustis (W911S0) 2746 Harrison Loop Fort Eustis VA 23604-5538 US Point of Contact: Christine Y. Morris, 757.878.3166, X3296 Email: Christine.y.morris@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6504616daf3c569f470ac4d03cfb241a)
- Place of Performance
- Address: Fort Eustis Contracting Center (W911S0) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02354682-W 20110107/110105234036-6504616daf3c569f470ac4d03cfb241a (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 |