MODIFICATION
89 -- Indiana National Guard Food Service
- Notice Date
- 2/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
- ZIP Code
- 46241-4839
- Solicitation Number
- W912L9-12-R-0005
- Response Due
- 2/9/2012
- Archive Date
- 4/9/2012
- Point of Contact
- Erica Copeland, 812-526-1738
- E-Mail Address
-
USPFO for Indiana
(erica.t.copeland2@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Added: Jan 24, 2012 5:42 pm The Indiana National Guard intends to issue a Request for Proposal (RFP) to award a Performance Based Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide full-service food operations. The contract will be a one-year base period plus four option years, with service performed at the Camp Atterbury Joint Maneuver Training Facility located in Edinburgh, Indiana and at the Muscatatuck Urban Training Center located in Butlerville, Indiana. Pursuant to the Randolph-Sheppard Act and Public-Law 109-364, the RFP will be sent to the State of Indiana Licensing Agency. Once awarded to the State (if accepted), subcontracts shall be awarded pursuant to Javits-Wagner-O'Day Act (JWOD) following Indiana Code Title 12, Chapter 5, Blind Services. In the event the State Licensing Agency cannot fulfill the requirements as stated in the RFP, it would be issued to JWOD for their consideration. Please see the Performance Work Statement for the details of the service required. Magnitude of each IDIQ period is anticipated between $1,000,000.00 and $16,000,000.00. The type of contract to be awarded is a firm fixed-price IDIQ with a pre-set economic price adjustment based on the terms as stated in the solicitation. The date for issuing the solicitation is scheduled for 24 January 2012. The closing date is scheduled for 9 February 2012. The Government will conduct a performance risk assessment based upon the past/present performance, and technical capability of the offeror as it relates to the probability of successful accomplishment of the work required by the solicitation. The Government will also conduct a cost analysis of the pricing to ensure fair pricing has been offered. Past performance and technical factors are approximately equal and when combined are significantly more important than cost/price. The solicitation and associated information will be available at www.fbo.gov for electronic downloading. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or an inability to access the documents posted on the referenced web page. The Government will not issue paper copies. All inquiries shall be emailed to Erica Copeland at erica.t.copeland2@us.army.mil. All questions and answers will be posted on the website. 02/06/2012 - RFP modification - see attached modification for details.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-12-R-0005/listing.html)
- Place of Performance
- Address: USPFO for Indiana Bldg 244 Eggleston Street Camp Atterbury IN
- Zip Code: 46124
- Zip Code: 46124
- Record
- SN02668299-W 20120208/120206234332-c30098c7ecff16459ce5c4bd97a5d45d (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 |