Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOURCES SOUGHT

S -- High Country Inn Full Food Service

Notice Date
9/16/2020 11:55:19 AM
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700020Q0136
 
Response Due
10/15/2020 1:00:00 PM
 
Archive Date
10/30/2020
 
Point of Contact
Wesley Kuykendall, Dana Western
 
E-Mail Address
wesley.kuykendall.1@us.af.mil, dana.western@us.af.mil
(wesley.kuykendall.1@us.af.mil, dana.western@us.af.mil)
 
Description
This is a sources sought only. This is not a solicitation for proposals, and no solicitation is available at this time. The Government will not pay for any information received in response to this sources sought, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. This sources sought does not constitute a commitment from the Government, and any information provided in response to this sources sought will be used for informational purposes only. Any proprietary information submitted will be protected if appropriately marked. Vendor participation is not a promise for future business with the Government. The purpose of this sources sought is to conduct Market Research. The United States Air Force Academy (USAFA) intends to award a competitively-sourced contract for full food services at the High Country Inn (HCI).� The HCI is the cafeteria serving the preparatory school (PS) on USAFA.� The Government anticipates an award of a firm-fixed price contract, to include a base period to start on or about 1 July 2021, with a contract term of approximately five years (base period and up to four option years) and an optional six-month extension of services. The NAICS Code for this requirement is 722310, Food Service Contractors.� This NAICS code has a size standard of $38.5M.� The High Country Inn (HCI) is a food service operation and consists of a dining facility with two full-meal serving lines, one short-order line, one sandwich line, and an outdoor BBQ patio area.� This facility is dedicated to providing full-meal service to meet the nutritional needs of Department of Defense (DoD) personnel who frequent the facilities.� The HCI dining facility provides seven-day-a-week ala carte food service with full breakfast, lunch, dinner, and carryout service for all three meals. The primary customers at this dining facility are Essential Station Messing (ESM) recipients to include an average of 240 Preparatory School (PS) students and approximately 100 Dormitory ESM personnel. These are military personnel who are allotted rations in Government dining facilities at the expense of the Government. Secondary customers are military and civilian (with a current common access card) personnel who have been granted permission to dine in the facility at their expense.� The 10th Air Base Wing Commander (10 ABW/CC) may grant permission for groups such as Scouts, local Schools, and youth groups to dine in the facility occasionally.� Civil Air Patrol (CAP), Navy Sea Cadets, Junior Reserved Officer Training Candidates (JROTC), Team Aviation, and Law Enforcement Agencies are present during the summer months.� In between PS classes, the approved groups will require all meals daily and will require seven-day-a-week operation during the summer months; Ground Support Meals, if required, can be approved by the Food Service Officer (FSO) or the Contracting Officer Representative (COR). The ABW/CC may authorize dependents and guests to dine in the dining facilities. Cashiers shall refer to the FSO or COR to verify customer eligibility. When in doubt, a cashier�s handbook is available at each cashier station. The Contractor shall ensure only authorized individuals are served, in accordance with (IAW) AFMAN 34-240. A draft Performance Work Statement (PWS) is attached for consideration.� In short, Contractor tasks include, but are not limited to, the following: �dining facility management, cooking, food preparation, serving and replenishing food, maintaining a food storeroom, cleaning facilities, equipment, and utensils, preparing vegetables and fruits for the salad and breakfast bar, maintaining an ice cream and pastry bar, clean tables and reset dining areas, and performing cashier services, full knowledge of the automated system, handling foods, supplies, and equipment, maintaining quality control, ensuring preventative maintenance and minor and/or major repair(s) of food service equipment, requesting work or repair work orders for the facility and grounds as needed, and in the event of contingency, perform all required tasks to include continued service.� Discussion: �USAFA may incorporate changes in acquisition strategy in the generation of solicitations. (a) In accordance with FAR Part 15, the Government will award a contract from this solicitation to the responsible Offeror whose proposal conforms to the solicitation and represents the best overall value to the Government. (b) Offerors who wish to be considered eligible for award must have a current registration in the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM at the time of submission of the proposal.� Again, this is a sources sought only and proposals are not due at this time. (c) The Government intends to make an award selection without discussions; however, the Government reserves the right to conduct discussions if later determined by the Contracting Officer (CO) to be necessary. d) Use of a base period, option periods, and an optional six month extension of services IAW with FAR 52.217-8.� The anticipated contract term is: Base Year: ������� 1 July 2021 � 30 June 2022 Option Year 1:��� 1 July 2022 � 30 June 2023 Option Year 2:��� 1 July 2023 � 30 June 2024 Option Year 3:��� 1 July 2024 � 30 June 2025 Option Year 4:��� 1 July 2025 � 30 June 2026 Six Month Extension:� 1 July 2026 � 31 December 2026 We encourage and appreciate your participation; please share your written comments, suggestions and ideas regarding support for our customer.� All submissions will be treated as confidential and for Government use only. Contractors interested in providing these services should submit their statement of interest to: Wesley Kuykendall, Contract Specialist, no later than 15 October 2020 at 2:00 p.m. MST. Responses should be emailed to wesley.kuykendall.1@us.af.mil and dana.western@us.af.mil. All responses should indicate a clear understanding of the above government's minimum requirements and provide the following information: Company's full name, address, telephone, and point of contact with email address A statement indicating the Offeror's interest in submitting a proposal Company size; small or large, HUBZone, 8(a), SDB, Service disabled veteran-owned Company CAGE code and DUNS number References for past experience on other contracts of same or similar services.� Experience does not have to be Air Force specific; it can also be other applicable Government or commercial experience.� Please provide contact information for the Government or commercial entity where the work was performed.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e84ecb51b4574c3dbb017586d10692dd/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05800685-F 20200918/200916230207 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.