SOLICITATION NOTICE
89 -- FOOD DELIVERY FOR JEEHDEEZ'A ACADEMY SCHOOL
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- A11PS01109
- Response Due
- 8/17/2011
- Archive Date
- 8/10/2012
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No.: A11PS00609 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement is Open Market. The Department of the Interior, Bureau of Indian Affairs, Navajo Region Office intends to award one or more Blanket Purchase Agreements (BPAs) for food delivery service contract at Jeehdeez'a Academy School, Pinon, Arizona. The requirement is for food delivery-service to include: delivery of food items; menu preparation; and training for the staff. The Government anticipates a 5-year BPA contract awarded for Jeehdeez'a Academy School. BACKGROUND: Jeehdeez'a Academy School in Pinon, AZ is a Bureau of Indian Education School. Current estimates enrollment is from 100 students to 200 and staff of approximately 50 to 80. REQUIREMENTS: Provide, on location, all management, personnel, labor, materials, and delivery of food products, menu preparation and staff training, in accordance with the Statement of Work. Period of service will begin upon award of contract for a maximum of five years. As a result of this solicitation, the Government intends to award one or more BPAs to the responsible bidder whose bid, conforming to the Request for Quote, will be most advantageous to the Government, considering only price and price-related factors. Period of Performance: BASE YEAR: Date of Award thru June 30, 2012OPTION YEAR 1: July 1, 2012 thru June 30, 2013OPTION YEAR 2: July 1, 2013 thru June 30, 2014OPTION YEAR 3: July 1, 2014 thru June 30, 2015OPTION YEAR 4: July 1, 2015 thru June 30, 2016 Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. EVALUATION CRITERIA:Award will be made on the basis of the lowest evaluated price of quote meeting the technically acceptable standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.2.1Evaluation The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability quoted with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable." All factors must be "Acceptable" in order to be determined as technically acceptable. A quote with any factors that are rated as "Unacceptable" will not be considered. M.2.2Evaluation Factors Factor I - Technical CapabilityFactor II - Management CapabilitiesFactor III - Past ExperienceFactor IV - Past Performance Factor I - Technical Capability for delivery of food items to Jeehdeez'a Academy School, in accordance with the SOW. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b)Understanding of general and local condition which can affect the SOW. c)Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d)Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for delivery of food items to Jeehdeez'a Academy School, in accordance with the SOW. Each offeror shall submit a plan consisting of a narrative explanation of their quoted on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a)Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b)Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. FACTOR III - Past Experience. In the areas of delivery of food items to Jeehdeez'a Academy School, in accordance with the SOW. Complete and submit Appendix I. APPENDIX I: Past Experience Questionnaire1. What were your specific responsibilities?2. Do you have persons from your past services who would provide a professional reference? If so, please provide their name, address, and telephone number.3. What other similar delivery of food services you have rendered?4. What experience do you have that you think will be helpful?5. This assignment will require a lot of traveling to the School, will that be a problem for you? FACTOR IV - Past Performance:Offeror shall provide at least 3 to 5 reference and/or copies of Performance Evaluation (SF-1420) for similar size, scope, and complexity of work completed within the last three (3) years. Preferably work should be with Federal Agencies. List the contract numbers; contract amount; brief description of work; name of Government (Federal) Agency; point of contacts; addresses; and current telephone and fax numbers. This factor is the quality of work and depth of relevant experience of the offeror previously completed projects on project management, coordination, compliance, timeliness, dollar value, and related contracts requirements. References will be contacted and must be capable of providing first hand information to substantiate the satisfactory completion of the offeror's past performance. The following documents are available for download by interested parties: SF 1449 which includes the: Statement of Work, Food Listing. Compliance with the requirements stated therein will be mandatory under the terms of the awarded agreement. SUBMITTALS: All offers are to include: 1. Completed 52.212-3, Offeror Representations and Certifications; 2. Completed 52.204-03, Tax Payer Identification3. Section M: Evaluation Criterias Simplified Acquisition Procedures will be utilized. Offers will be evaluated as lowest price technically acceptable. The Government intends to evaluate offers and award BPAs without discussions with offerors (except clarifications as described in FAR 15.306(a)). Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clause including all that applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; following are incorporated in this contract by reference: 52.233-03, Protest After Award; 52.233-04, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities;52.203-13, Contractor Code of Business Ethics and Conduct; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.225-3, Buy American - Free Trade Agreement; 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchase; 52.232-30, Installment Payments for Commercial Items; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999); 52.239-1, Privacy of Security Safeguards; and 52.247-64, Perference for Privately Owned U.S. - Flag Commerical Vessel. The following will be reference in full text: 52.216-02 Economic Price Adjustment-Standard Supplies; 52.216-07, Allowable Cost and Payment; 52.216-22, Indefinite Quantity; 52.217-06, Option for Increased Quantity; 52.217-07, Option for Increased Quantity - Separately Priced Line Item; 52.217-08, Option to Extend Services; 52.217-09, Option to Extend the Term of The Contract; 52.211-6 Brand Name or Equal. The following Department of Interior provisions and clauses apply to this solicitation: DIAR 1450-0016-001, Homeland Security Presidential Directive-21 (HSPD-12), 1452-204-70, Release of Claims - Department of the Interior; 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.arnet.gov/far or may be requested from the Contracting Officer. Sign and date offers with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, 4:30 P.M., Local Time, August 17, 2011. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8357, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01109/listing.html)
- Place of Performance
- Address: JEEHDEEZ'A ACADEMY SCHOOL(LOW MOUNTAIN), AZ
- Zip Code: 86510
- Zip Code: 86510
- Record
- SN02530435-W 20110813/110811235252-247cf69434ba9e4213b04b7a6552049c (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 |