Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2012 FBO #3854
MODIFICATION

89 -- Revised PWS for MTARNG 163rd AT Meals

Notice Date
6/11/2012
 
Notice Type
Modification/Amendment
 
NAICS
722320 — Caterers
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-12-T-0023
 
Response Due
6/19/2012
 
Archive Date
8/18/2012
 
Point of Contact
Christopher C. Lende, 406-324-3411
 
E-Mail Address
USPFO for Montana
(christopher.lende@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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. The NAICS Code is 722320 and the size standard is $7.0 million. PERFORMANCE WORK STATEMENT FOR 163rd Catered Meals 1.DESCRIPTION OF SERVICES. The Contractor shall furnish prepared meals at Fort Harrison, MT periods specified within this PWS. GENERAL The Montana Army National Guard anticipates purchasing catered meals in accordance with this PWS. Contractor must provide adequate personnel to staff serving lines. All food items must be prepared and delivered no later than Meal pricing must include all overhead, delivery, and clean-up costs. Gratuity is prohibited. Vendor will invoice for meals by line item of the contract. If short notice cancellation of meals causes the vendor to incur otherwise non-billable costs for perishable food, the vendor shall be reimbursed for those food costs provided the food has no alternative business use and is itemized and approved by the contracting officer for reimbursement. Pre-Performance Conference: Contractor will be required to participate in a pre-performance with government personnel no later than 10 days after award. Participation by teleconference is acceptable. PERFORMANCE Meal must be cooked and delivered, ready to serve, to Range Road dining facility 410 Fort Harrison, MT for the following dates, times, and quantities: 07-28 JULY 2012 Total Breakfast meals- 4212 Total Dinner Meals- 4327 07 JULY 2012 DINNER will begin NLT 1700-1800 for 115 soldiers 08 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 115 soldiers DINNER will begin NLT 1700-1800 for 105 soldiers 09 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 105 soldiers DINNER will begin NLT 1700-1800 for 85 soldiers 10 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 85 soldiers DINNER will begin NLT 1700-1800 for 85 soldiers 11 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 85 soldiers DINNER will begin NLT 1700-1800 for 85 soldiers 12 JULY 2012 BREAKFAST will begin NLT 0600-0700 85 soldiers DINNER will begin NLT 1700-1800 for 85 soldiers 13 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 85 soldiers DINNER will begin NLT 1700-1800 for 85 soldiers 14 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 85 soldiers DINNER will begin NLT 1700-1800 for 304 soldiers 15 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 304 soldiers DINNER will begin NLT 1700-1800 for 304 soldiers 16 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 304 soldiers DINNER will begin NLT 1700-1800 for 304 soldiers 17 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 304 soldiers DINNER will begin NLT 1700-1800 for 324 soldiers 18 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 324 soldiers DINNER will begin NLT 1700-1800 for 334 soldiers 19 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 334 soldiers DINNER will begin NLT 1700-1800 for 334 soldiers 20 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 334 soldiers DINNER will begin NLT 1700-1800 for 334 soldiers 21 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 219 soldiers DINNER will begin NLT 1700-1800 for 219 soldiers 22 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 219 soldiers DINNER will begin NLT 1700-1800 for 219 soldiers 23 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 219 soldiers DINNER will begin NLT 1700-1800 for 219 soldiers 24 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 219 soldiers DINNER will begin NLT 1700-1800 for 219 soldiers 25 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 219 soldiers DINNER will begin NLT 1700-1800 for 219 soldiers 26 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 219 soldiers DINNER will begin NLT 1700-1800 for 219 soldiers 27 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 219 soldiers DINNER will begin NLT 1700-1800 for 130 soldiers 28 JULY 2012 BREAKFAST will begin NLT 0600-0700 for 130 soldiers POC for HHC 1-163 CAB, SSG Michael Baker 406-324-5046 Meals packaged in mermite containers may be requested. Government will provide the mermite containers if requested. Contractor will provide meals that offer variety, contrast in texture, flavor, and color. A choice of two meat entr es, two vegetables or one vegetable and one fruit salad, one starch (rice, potatoes, or noodles), one sauce or gravy to compliment the entr es when appropriate, salad, bread, one-percent milk and a choice from at least two different desserts will be offered at each meal. One meat entr e will be either chicken or fish on each day. No fewer than two vegetables or one vegetable and one fruit salad, and one starch will be provided to each guest. Salads will consist of a variety of fresh leafy greens and raw vegetables. Shredded cheese, croutons/crackers, and no fewer than three choices of salad dressings will also be offered. A minimum of one fat-free dressing along with oil and vinegar will be among the salad dressing choices offered. Contractor will provide servings of fresh milk for 30% - 35% of estimated patrons, water, and tea each day. Fresh two-percent white milk is the primary beverage milk. Contractor will provide all condiments (i.e. mayonnaise, mustard, ketchup, steak sauce, hot sauce, pickles, salad dressings, salt and pepper, etc.) to compliment the meal being served. Cups, plates, eating utensils, and serving pans will be provided by the Contractor. The quality and serving sizes of the food served will be equivalent to commercially available prepared meals, and are indicated on the example menus. Example menu included in Appendix A Contractor is responsible for serving and portion control. All potentially hazardous food shall be maintained at: 135oF ( 57oC) or above for hot food items and served in shallow pans (4 inch) or 41 F (5 C) or less for cold food items to prevent the spread of bacteria. Contractor will purchase food in the performance of this contract from only approved vendors IAW the FDA Food Code guidelines. A list of food sources must be provided upon request. No food will be purchased from a non-USA company. Contractor will comply with all FDA Food Code guidelines. http://www.fda.gov/Food/FoodSafety/RetailFoodProtection/FoodCode/FoodCode2009/ CONTRACTOR PERSONNEL: The Contractor shall furnish supervisory and direct labor personnel to accomplish all work required. All employees employed for the performance of work under this contract by the Contractor are not considered employees of the government. Contractor Supervision - any attendant supervisor, or other supervisors designated in writing to act in the Contractor's behalf, shall be present during all hours when contract employees are working. Contractor must provide the Contracting Officer's Representative (COR) a written designation of the supervisor via email on the Tuesday prior to each UTA performance period (month). Personal Hygiene - the Contractor shall ensure the contract employees meet the following sanitation requirements. They wash their hands upon reporting for work, immediately after visiting a lavatory, after smoking, taking a break and after handling raw meat, poultry, garbage, or soiled items. They remove wristwatches, bracelets, earrings, cell phones/pagers and rings before and during duty hours. Their fingernails are cut short so that they do not extend beyond the end of the fingers and are kept clean. They do not smoke, or use tobacco in any form, except during break periods in designated areas. They do not consume food items/beverages in any form while on the serving line or in any food prep areas. They trim facial hair to one (1) inch or less. They wear acceptable head covers (hats, caps, and hairnets) to prevent loose hair from falling into food or onto food contact surfaces in accordance with prevailing health codes. They shall wear appropriate clothing that is well-fitted, laundered and repaired. Contractor may furnish uniform clothing (at no cost to the Government). Shoes shall be of sturdy construction and shall cover the feet to meet sanitation and safety requirements. Open-toe shoes, sleeveless blouses or shirts are not allowed. Use of Alcoholic Beverages/Drugs: The use of alcoholic beverages or illegal drugs by Contractor personnel while on duty is strictly forbidden. Any violation shall be cause for immediate removal of the offender(s) by the Contractor from further work. Removal of employees for such cause does not relieve the Contractor of the requirement to provide sufficient personnel to adequately perform services. Use of Tobacco: The use of tobacco products by the Contractor personnel while on break will be confined to those areas designated by the government as smoking areas. GOVERNMENT- FACILITIES The government will provide the following: dining area, tables, chairs, and waste receptacles for applicants to use during the noon meal. The government will provide no additional equipment for use by the contractor in performance of this contract. The government will make no alterations to the existing facilities. Any alterations required by the contractor shall be made at the contractor's expense. The Contractor shall be responsible for safeguarding all government property provided for Contractor use. Contractor will contact Training Center Headquarters Billeting Office at 406-324-3354 immediately upon award of contract. Caterers may use any and all equipment in the Dining Facility. However, they must be certified through Training Center that they are able to use the equipment properly and safely. Caterer is responsible for the cleanliness of the Dining Facility during and after use. All cleaning supplies will be provided by Training Center. A cleaning fee will be assessed to the contractor if the facility has not been satisfactorily cleaned. A checklist will be provided by Training Center detailing what will be cleaned. All serving utensils, plates, trays, pots, pans etc will be the responsibility of the contractor. Training Center will only provide the equipment to cook, serve, and store food. QUALITY CONTROL The Contracting Officer's Representative (COR) is the authorized individual who will perform assessments of the Contractor's performance. The assessment will be based on the Quality Assurance Surveillance Plan (QASP) listed below. Customers are encouraged to submit comments on the quality of meals served for each performance period. Customer Comments will be made available to the Contractor upon request or as deemed necessary by the COR. The COR will inform the contract manager in person when discrepancies occur and will request immediate corrective action. The COR will make a notation of the discrepancy on their assessment checklist with the date and time the discrepancy was noted and will request the Contractor supervisor (or authorized representative) to initial the entry on the checklist. Any matter concerning a change to the scope, prices, terms or conditions of this contract shall be referred to the Contracting Officer and will not be acted upon unless specifically authorized to do so in writing by the Contracting Officer. The services to be performed by the Contractor during the period of this contract shall at all times and places are subject to review by the Contracting Officer and or authorized Government representative(s). Government personnel, other than contracting officers (KOs) and authorized Contracting Officer's Representative (COR), may, with KO coordination, observe Contractor operations. However, these personnel may not interfere with Contractor performance or make any changes to the contract. Other Observers: Military Public Health personnel, Inspector General Personnel, and other authorized government personnel shall be permitted to observe operations as necessary. These operations include but are not limited to food preparations at the Contractor's facility, and serving of the food at the base. Public Health personnel must be allowed to conduct sanitary inspections IAW current FDA code guidelines. All parties involved in this contract will comply with FDA Food Code. GENERAL INFORMATION. SECURITY REQUIREMENTS. Work performed under this PWS is UNCLASSIFIED. The Contractor during the performance under this contract shall comply with all applicable Department of Defense (DoD) security regulations and procedures. The Contractor shall coordinate with the COR all issues dealing with access to Government buildings, facilities, or property. Contractor will ensure the physical security of food and water from the point of purchase to the point of receipt on Fort Harrison. The Contractor will ensure that personnel have proper identification for entry to Greeley ANGS. All employees are encouraged to car-pool as their vehicles are subject to be searched, and must have proper registration and proof of insurance in order to be allowed onto the base. All employees must have government issued photo identification to gain access on base. Contractor personnel will not be granted entrance to Fort Harrison or any other Montana National Guard facility without proper identification. 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 considered. Other factors considered will be the vendor's sample menu listing the calories of the meals and past performance. Offerors shall ensure that the above factors are listed in their proposals. If the sample menu and past performance from Offerors meets our requirements set for in the statement of work, 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 FEB 2012 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Nov 2011) Alternate I APR 2011 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) APR 2012 52.219-1 Small Business Program Representations (APR 2012) - ALTERNATE I (APR 2011) 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-41 Service Contract Act of 1965 NOV 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit. APR 1984 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials APR 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers may be submitted electronically or by hard copy to the USPFO for Montana, ATTN: CPT Lende, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than June 19, 2012 by 4:00 P.M. Mountain Standard Time. If you have any questions, please contact CPT Chris Lende at 406-324-3411 or email christopher.lende@us.army.mil Please refer to attached PWS for MTNG Sample 20 Day Menu and QASP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-12-T-0023/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02771555-W 20120613/120611234511-a2a27f777b7613ff873dc70a6d1420d6 (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.