Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
SOURCES SOUGHT

S -- Dining Facility Services - Kansas National Guard

Notice Date
9/7/2018
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-18-R-5736
 
Archive Date
10/3/2018
 
Point of Contact
Justin P. Wise, Phone: 7856460852, Adam L. Villalobos, Phone: 7856461218
 
E-Mail Address
justin.p.wise2.mil@mail.mil, adam.l.villalobos.civ@mail.mil
(justin.p.wise2.mil@mail.mil, adam.l.villalobos.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W912JC-18-R-5736 KSRTI DFAC FFS ID-IQ (Competitive Follow-On) The information received will be used within the Kansas Army National Guard (KSARNG), Purchasing & Contracting (P&C) office, Topeka, Kansas, in order to facilitate the decision making process. Responses received will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. The Kansas Army National Guard (KSARNG) Purchasing & Contracting (P&C) office is seeking current and relevant experience, personnel with the capability to perform a Full Food Services in support of the Kansas Regional Training Institute (KSRTI), Dining Facility (DFAC) in Salina, KS. Contractor tasks include, but are not limited to the following: Kitchen Management; food preparation, preparing vegetables and fruits for the salad bar, cooking, serving and replenishing food; adhere to safe food handling practices; cleaning facilities, equipment, and utensils; mopping dining and kitchen areas; performing cashier services; maintaining quality control; and ensuring operator maintenance. The requirements of this contract include the following meals: Breakfast, Lunch and Dinner. These meals shall resemble the portion, variety and quality expected at established restaurants. The task orders to be awarded under this contract will be for Full Food Service, within the North American Industry Classification System (NAICS) code is 722310 (Food Service Contractors), with a corresponding Small Business Size Standard of $38.5 million with a Product Service Code of S203 (Food Services). The proposed contract will be for One Base Year with four (4) each one-year renewable Government options, resulting in the maximum contract ordering period of 5 years. The estimated contract value is $3,250,000.00 for the base year and option years, if exercised. Anticipated Task Order values are an estimated average range between $3,500.00 and $125,000.00. FAR Clause 52.216-22 Indefinite Quantity will be applicable to this acquisition, if procured by the Government. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). Please include the following information: 1) Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable. For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/. 2) Experience: Submit a maximum of three (3) each government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in performing Full Food Service support for military dining facilities of which include examples of how your company ensured compliance with TB MED 530. For each of the contracts/projects submitted, provide the following: Title; Location; Prime or subcontractor work; Award and completion dates; Contract or subcontract value; Type of work; Type of contract; Narrative description of the services provided by your firm; and Customer information including two points of contact, phone number, and email address. E-mail file may not be larger than 3 Mega Byte (MB). Elaborate brochures or documentation, detailed art work, or other embellishments are unnecessary and are not desired.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-18-R-5736 /listing.html)
 
Place of Performance
Address: 2930 Scanlan Ave, Salina, Missouri, 67401, United States
Zip Code: 67401
 
Record
SN05078050-W 20180909/180907230840-e902dbcf47e720fb09fe7f684c11729a (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.