SOURCES SOUGHT
99 -- JBSA-Lackland Full Food Services
- Notice Date
- 5/7/2021 10:03:40 AM
- Notice Type
- Sources Sought
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301622RFI-JBSA-LAKFullFoodSVC
- Response Due
- 5/26/2021 12:00:00 PM
- Archive Date
- 06/10/2021
- Point of Contact
- Keisha D. Dawkins, Phone: 2106711754, Gary N. Wynder, Phone: 2106711754
- E-Mail Address
-
keisha.dawkins.2@us.af.mil, gary.wynder@us.af.mil
(keisha.dawkins.2@us.af.mil, gary.wynder@us.af.mil)
- Description
- REQUEST FOR INFORMATION (RFI) 1.1 �The 502d Contracting Squadron, JBSA-Lackland TX in support of the BMT Dining Facilities on Lackland and Camp Bullis TX, is conducting a market survey to determine commercial and industry capabilities and practices, to identify qualified sources, and to solicit comments on the attached DRAFT Performance Work Statement (PWS).� 1.2� THIS IS A REQUEST FOR INFORMATION ONLY. �This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any services whatsoever. �Furthermore, the Government is not at this time seeking proposals and will NOT accept unsolicited proposals. �Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI.� All costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in a future RFP, if one is issued.� If a solicitation is released, it will be synopsized on the Contract Opportunities (beta.SAM.gov) website located at https://beta.sam.gov. ��It is the responsibility of the potential offerors to monitor Contract Opportunities for additional information pertaining to this requirement. 2.0� Background 2.1� A description of the anticipated effort is outlined in the PWS.� Please be advised this is a draft PWS and is subject to change. 2.2� Delivery Period:� One (1) Base Year Contract plus four (4) Option Years beginning on or around August 2022. 3.0� Requested Information 3.1 �Briefly describe industry and commercial standards your organization currently employs to measure performance? How would you apply or adapt these metrics to measure performance for services described in the draft PWS? Are there additional or new quality indicators within the dining food service industry that would strengthen the draft PWS? � 3.2 �Business Model: �Provide a general overview of how your business structure would ensure consistency in services and food quality when operating multiple dining facilities located at multiple locations throughout JBSA Lackland and Camp Bullis. �See attached draft PWS for historical information. �Provide the rational for your approach. �Describe previous experience your organization may have with regard to the transition into a contract similar to this acquisition. 3.3 �Risk Areas: What is your annual turnover rate?� Describe your plan of action to ensure sufficient numbers of employees are able to meet the requirements of the draft PWS. �Example, performance during the contract period of performance is mission essential, so what actions would you deploy in response to events such as COVID-19 or other pandemics, to ensure the critical Air Force mission continues. 3.4� Risk Areas:� What tasks and/or managerial aspects applicable to this acquisition would you characterize as high-risk areas? �What mitigation techniques would you recommend be employed to those respective risks? � 3.5 �Do you have any additional comments or suggestions to improve the attached draft PWS? Are there any areas that are unclear? � 4.0 �Responses 4.1 �Responses shall be limited to ten (10) pages and submitted only via e-mail to contract specialist(s) Ms. Keisha Dawkins at (keisha.dawkins@us.af.mil), Mr.�Pasquale Romano at pasquale.romano.2@us.af.mil and Mr. Gary Wynder at (gary.wynder@us.af.mil). �Proprietary information, if any, should be minimized and MUST BE CLEARLY IDENTIFIED. �To aid the Government, please segregate proprietary information. ��Please be advised that all submissions become Government property and will not be returned, nor will any costs associated with the preparation or submission of your response be reimbursed. 4.2 �Section 1 of the RFI response shall provide administrative information, and shall include the following as a minimum: 4.2.1. Company name, mailing address, phone number, and e-mail of designated point of contact. 4.2.2. �Request you identify your Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 722310, Food Services. Standards and conditions apply. �Please refer to Federal Acquisition Regulation (FAR) 19 for detailed information on Small Business Size Standards. The FAR is available at http://www.gsa.gov/policy-regulations. 4.3� This Request for Information (RFI) is for the potential contract award for the operation of multiple dining facilities to a State Licensing Agency (SLA) in accordance with the Randolph Sheppard Act (RSA) per .� Does your company subcontract with a SLA in accordance with the Randolph Sheppard Act. 4.4� �The number of pages in Section 1 of the RFI response shall not be included in the 10 page limitation, i.e., the 10 page limitation applies only to Section 2. 4.5 �Section 2 of the RFI response shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages. � 5.0 �Questions Questions regarding this announcement shall be submitted in writing by e-mail to the contract specialist. �Verbal questions will NOT be accepted. �Questions will be answered by posting answers to the beta.SAM.gov website; accordingly, questions shall NOT contain proprietary or classified information. �The Government does not guarantee that questions received after 26 May 2021 will be answered. �Interested parties are invited to subscribe to the beta.SAM.gov website to ensure they receive any updated information concerning this RFI. � 6.0 �Summary and Applicable Clauses THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to seek industry�s knowledge and identify potential sources. �The information provided in this RFI is subject to change and is not binding on the Government. �The Government has not made a commitment to procure any of the items discussed.� Release of this RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. �All submissions become Government property and will not be returned. � Pursuant to FAR Provision 52.215-3, your attention is required to the following provision: �REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this request for information or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this RFI, your response will be treated as information only. �It shall not be used as a proposal. (c) This request for information is issued for the purpose of gathering information regarding dining food services. �Comments received may be used to review and revise the draft PWS. (b)� Please provide a response to this RFI by 26 May 2021 at 02:00 p.m. local San Antonio, TX time.� Responses are due to Ms. Dawkins at keisha.dawkins@us.af.mil and Mr. Pasquale Romano at pasquale.romano.2@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ef8fc161063e4658a65052056b50e667/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN05995794-F 20210509/210507230117 (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 |