SOLICITATION NOTICE
S -- CATERING SERVICES FOR 129th RESCUE WING, MOFFETT FIELD, CA
- Notice Date
- 3/30/2015
- Notice Type
- Presolicitation
- NAICS
- 722320
— Caterers
- Contracting Office
- 129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-15-T-7011
- Response Due
- 4/14/2015
- Archive Date
- 5/29/2015
- Point of Contact
- Nick Ochs, 650-603-9276
- E-Mail Address
-
129 RQW, Base Contracting
(paul.ochs@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: W912LA-11-T-7011 Notice Type: Presolicitation Synopsis: Added: 30 March 2015 CALIFORNIA AIR NATIONAL GUARD is seeking CATERING SERVICES to be generally served at Moffett Federal Airfield, California. This solicitation will be 100% set aside for small businesses IAW FAR 19.502-2(a). The selected North American Industry Classification System (NAICS) code is 722320 with a small-business-set aside standard of $7.0 million. All firms or individuals responding to the formal solicitation will be required to be registered in the System for Award Management (SAM) website (https://www.sam.gov), with the appropriate NAICS code indicated, as of the date the formal solicitation closes. All prospective offerors interested in submitting a quote must have a commercial and government entity code (CAGE Code) as well. The entire solicitation will be made available via the Federal Business Opportunities (FBO) website (http://www.fbo.gov) therefore paper copies will not be made available. All responsive offerors will be considered by the agency. Once the solicitation is posted, on or about 15 March 2015, it is incumbent upon the interested parties to review FBO frequently for any updates, amendments, and documents. Interested parties should submit their questions to MSgt Nick Ochs via email at paul.n.ochs.mil@mail.mil. All email submissions should make reference to quote mark W912LA-15-T-7011 quote mark in the subject line. 1. Scope. Under this scope of work, the contractor shall be responsible for providing prepared meals, beverages, and utensils and containers during regularly-scheduled Unit Training Assemblies (UTA) and other, on-demand, non-UTA meal periods. Generally, UTA meal periods will consist of two lunchtime meals served at the 129th Rescue Wing's cantonment area of Moffett Federal Airfield, California (Moffett Field). Non-UTA meals will be demand-driven and are contemplated to be in support of deployments, exercises, offsite events, etc.; further details will be spelled out in the solicitation. 2. Meal Service. All catered meals shall adhere to requirements of the following specifications and schedules. 2.1 Menu. The Contractor retains the responsibility for determining the final menu and portion sizes to be served, however the Government retains the ability to retains the right to request changes and adjustments. 2.2 Preparation. Contractor shall furnish all equipment, facilities, labor, and supervision for the preparation of food items and for the delivery of sufficient prepared meals to the identified service location. Meals shall not be prepared on site. Prepared meals shall consist of: 2.2.1 Two entrees: One entr e can be of a sandwich or wrap variety 2.2.2 Two vegetables (separate from the entrees) 2.2.3 One starch (rice, potatoes, noodles, etc. separate from the entrees) 2.2.4 Two salads (green/garden, fruit, potato, macaroni, etc., with dressing as required) 2.2.5 Beverages shall be served in cans and/or bottles. Serving size should be at a minimum 12 fl. Oz and should arrive cold. For meals served at Moffett Field, a cold display refrigerator is available to maintain cold beverages. 2.2.6 One desert (cookies, brownies mini cakes and pies, etc.) 2.2.7 Contractor will provide all condiments (mayonnaise, mustard, ketchup, steak sauce, hot sauce, pickles, etc., as required) 2.3 Delivery, Setup and Service. All prepared meals must be ready to serve no later than fifteen minutes prior to the specified delivery time unless otherwise requested by the individual placing the order. All prepared meals will be delivered in standard two-inch shallow pans, conforming to standard chaffers. Contractor shall provide the appropriate number of serving utensils (spoons, tongs, spatulas, etc.) for each serving line, as well as any/all gel-fuel cans for maintaining food temperature during the service period. Contractor shall be required to provide sufficient equipment and accessories necessary to serve the number of meals requested and for determining the number of serving lines to be used. During the meal service, the Contractor shall be required to provide entr e portion control by serving the entr e. The Government shall be responsible for the setting up and preparation of the seating area. 2.4 Service Containers and Cutlery. Contractor shall procure and provide sufficient food service containers (i.e., plates, carry-out containers, etc.) and cutlery for the type and number of meals requested. These materials shall abide the Government's requirements for sustainability, bio-preferability, and bio-degradability. 2.5 Cleanup. The Government shall provide sufficient refuse and recycling containers during the meal service and shall be further responsible for bussing and table cleanup. The Contractor shall not be required to perform these functions. The Contractor shall, however maintain the cleanliness of Contractor-occupied spaces. Washing of pots and pans remains the Contractor's responsibility and must be accomplished at the Contractor's facility. All gel-fuel canisters shall be properly disposed of at the Contractor's facility. 2.6 Quality Control. 2.6.1 Temperature Control. At minimum, the Contractor shall adhere to the quote mark Time as a Public Health Control quote mark method of quality control. Prior to departure from the Contractor's facility, the Contractor shall record the temperature of prepared food in order to establish a baseline, pre-transit temperature. This temperature shall be provided to the Government on the attached temperature log and upon arrival at the service location. The contractor shall ensure that all prepared foods attain the proper temperatures prior to departure. Hot food should be no cooler than 135-degrees, while cold foods should be no warmer than 40-degrees. The Contractor may devise any other quality control program which supplements or enhances this method. 2.6.2 Regulatory Compliance. The Contractor shall abide all local (i.e., city, county, and state) food safety standards, the Tri-Service Food Code (AFMAN 48-147_IP), as well as sound judgment and sanitary procedures. Should any prescription conflict with another, the more stringent of the procedures and standards shall govern. Copies of any-and-all food handling certifications for each of the Contractor's employees, as well as any health and safety inspection score cards, must be be readily available for Government inspection during service periods. 2.6.3 Quality Assurance. The Government shall develop its own procedures for ensuring the Contractor's compliance with this Statement of Work. To this end, the Government reserves the right to conduct inspections of Contractor's employees, equipment and prepared food. The Contractor shall be responsible for assisting to these efforts. 3.0 Administrative Matters. 3.1 Pricing of Meals 3.1.1 UTA Meal Periods. Pricing will be determined by the maximum per-meal reimbursement as determined by ANG/FM and will be provided annually and promptly upon update. 3.1.2 Non-UTA Meal Periods. Pricing will be determined by the break out of the maximum per diem rate as indicated by the General Services Administration (less Incidentals) for the zip code where the meal service is to be performed. The rate shall be the rate indicated on the date that the call was made. This rate is available at www.gsa.gov. 3.1.3 Service Fee. Pricing will be based on a percentage of the total cost of UTA and Non-UTA Meals served for a BPA Call. 3.2 Contractor Manpower Reporting Application (CMRA). The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force collection site. The Contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/. Unit Identification Code (UIC) for the Requiring Activity: [TBD at time of award] Issuing Office DoDAAC: W912LA 3.3 Ordering Procedures. 3.3.1 Authorized Callers. The Government's Contracting Officer shall prepare a list of Government personnel who may place calls (orders) against this agreement. This list shall contain the limitation of each caller's authority and be transmitted to the Contractor no less than annually (upon the exercise of any option), upon the transition of Government personnel, or as deemed necessary by the Contracting Officer. 3.3.2 Orders. Each order placed against this agreement shall meet the agreed-to minimum order amount and not exceed its maximum order amount. Orders outside of this agreement are subject to the Contractor's approval. For UTA Meal periods, the Government shall provide a schedule of its Unit Training Assemblies (UTAs) and a tentative schedule of dates for which the Contractor's services will be requested. This schedule is for planning purposes only and shall not be construed to obligate the Government. Due to the Government's dynamic operating environment, both the UTA schedule and tentative service dates are subject to change. In no case shall the Government cancel within 24-hours of the date of delivery without reimbursing the Contractor. In such a case, the Contracting Officer will negotiate a fair and reasonable reimbursement with the Contractor. When an authorized caller contacts the Contractor to place an order, Delivery Time and Date, as well as the type (i.e., UTA vs. Non-UTA) and number of prepared meals to be served, and location will be provided to the Contractor. The Government may request a particular type of fare based on a holiday, ethnic observances, special event, etc. Should the Contractor not be able to accommodate, the Government may choose to not place the order. This Delivery Time will be considered the time at which meal service is to commence (i.e., the time the first meal is served). 3.3.3 Non-Conforming Meals. The Contractor shall take all necessary measures to ensure that the projected meal count for servings is met. The Government shall identify the quantity of meals that are missing (i.e., insufficient quantities) or unfit for consumption as non-conforming meals to the Contractor. The Contractor may attempt to replace those meals during the same meal period. If replacement cannot be made, the quantity of meals shall be deducted from the total amount. 3.4 Payments. Payment shall only be rendered for the actual number of served meals that conform to this Statement of Work. Payment will be made by use of Government Purchase Card (GPC) Ordering Card. This result of this solicitation will be a suite of blanket purchase agreements (BPAs), each with one base year and four option years. It is contemplated that multiple awards will be made to approximately six qualified food service vendors in the San Francisco Bay Area, to be issued by the following the Contracting Office Address: 129 RQW Base Contracting Office PO BOX 103 Stop 28 MOFFETT FIELD, California 94035-0103 Place of Performance (generally): MOFFETT FIELD, California 94035-0103 United States Primary Point of Contact: MSgt PAUL ( quote mark NICK quote mark ) OCHS BASE CONTRACTING OFFICER paul.n.ochs.mil@mail.mil Phone: 650-603-8575 Fax: 650-603-9277 Secondary Point of Contact: ROBERT CLINTON PROCUREMENT ANALYST IIA robert.clinton.ctr@ang.af.mil Phone: 650-603-8575 Fax: 650-603-9277
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-15-T-7011/listing.html)
- Place of Performance
- Address: 129th Mission Support Contracting P.O. Box 103, Stop 28 Moffett Federal Airfield CA
- Zip Code: 94035
- Zip Code: 94035
- Record
- SN03682741-W 20150401/150330234614-c9527bc1f1dd4ce100bfe79d679f795f (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 |