Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1997 PSA#1870

USA GARRISON FORT BELVOIR, DIRCTRT OF CONTRACTING, 9410 JACKSON LOOP STE 101, FT BELVOIR VA 22060-5134

73 -- CATERED FOOD SERVICE SOL DADW35-97-B-0015 DUE 071597 POC Contract Specialist Eleanor D. Hall (703) 806-4470 or Contracting Officer Gloria Daws (703) 806-4607 (Site Code DADW35) This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is 100% set aside for small businesses. This announcement constitutes the only solicitation; bids are being requested and a separate written solicitation will not be issued. Solicitation Number DADW35-97-B-0015 applies and is used as an Invitation to Bid. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45. The Standard Industrial Code is 5812 and the business size standard is $15M. The Army Management Staff College (AMSC) at Fort Belvoir VA has a need for the preparation, packaging, delivering and serving of lunches at Humphreys Hall (Bldg. 247), Fort Belvoir, VA and the serving of beverages at Leadership Reaction Course (LRC), Officer Candidate School, Marine Corps Base, Quantico, VA for AMSC students. The maximum number ofstudents to be served each class is 165 and the minimum number is 124. This requirement is for a fixed price, requirements contract with 3 option periods if exercised. The Base and Option Periods consist of 3 twelve-week classes with a required quantity of 26,070 lunches; 330 cold beverages and 165 hot beverages. Pricing is required for the following, BASE YEAR: Item 0001, lunches 26,070 each; Item 0002, hot beverages 165 each; Item 0003, cold beverages 330 each; OPTION YEAR 1: Item 0004, lunches 26,070 each; Item 0005, hot beverages 165 each; Item 0006, cold beverages 330 each, OPTION YEAR 2: Item 0007, lunches 26,070 each; Item 0008, hot beverages 165 each; Item 0009, cold beverages 330 each; OPTION YEAR 3: Item 0010, lunches 26,070 each; Item 0011, hot beverages 165 each, Item 0012, cold beverages 330 each and OPTION YEAR 4: Item 0013, lunches 26,070 each; Item 0014, hot beverages 165 each, Item 0015, cold beverages 330 each. Lunches at Belvoir will be served from 11:30 a.m. to 12:00 p.m., Monday through Friday excluding Federal Holidays. Lunches shall be completely set up and ready to serve by 11:15 a.m. The Government reserves right to change lunch serving time by no more than 1 hour with a 24 hour advance notice to the contractor by either the Contracting Officer or his authorized representative. On Tuesdays of each week, the Government reserves right to amend number of students to be served for following week. The Contractor shall serve freshly made meals and salads prepared on the day served and shall not serve previously frozen meals. Lunches shall consist of low fat/no fat, low calorie, low cholesterol recipes and condiments. All sandwiches and large salad containers will be clearly labeled as to contents. A lunch shall include a sandwich or large salad small salad, chips, dessert, fresh fruit, and a cold drink. A variety of choices shall be made available. Sandwiches are to be with low fat meats and cheeses on fresh bread. Bread choices shall include white, whole wheat, rye and kaiser rolls. Meat choices shall include but not limited to turkey, ham, roast beef, corned beef, chicken salad, tuna salad and egg salad. Lettuce and tomato shall be included on the side in each container. The contractor shall provide a minimum of 4 types of sandwich fillings and at least 3 types of bread for each lunch. The Contractor shall provide a choice of at least 4 salads, such as Chef, Greek, Caesar, pasta, tuna, broccoli, fruit with cottage cheese or yogurt, or vegetables with dip. Choices of small salads served with each lunch shall include potato, pasta, cole slaw, or fruit and shall be approximately 1/2 cup. Also at each lunch there shall be a choice from 3 of the following: pretzels, potato, corn and/or nacho chips. The contractor shall also provide individually wrapped desserts with each lunch, such as a cookie, brownie, cupcake or pie. The Contractor shall also provide a choice of at least 3 fresh fruits with each lunch such as an apple, orange, banana, plum, or pear. An individually canned or bottled cold drink shall be served at each lunch and choices shall include soft drinks (regular, diet, decaf), iced tea, pint size cartons of skim and low fat milk, fruit juices and bottled water. The contractor shall provide a hot entree in addition to sandwiches and large luncheon salads. The hot entree would substitute for a sandwich or a large salad for those who choose it. Hot entrees shall make up at least 1/3 of the meals served. Hot entrees shall be served a minimum of twice a week. Examples of hot entrees shall include, spaghetti, chili, chicken and rice, stew, taco salad, soup and 1/2 a sandwich. The contractor shall submit for approval to AMSC by Friday of each week a written menu for the following week of all sandwich, salad, and hot food items to be served daily. Before the start of each class AMSC will provide the contractor a "Catered Lunch Account -- ability Roster" which will list the name of each student and beside each name, blocks for Monday through Friday. The contractor shall monitor the lunch line and ensure that the student's AMSC badge matches the name on the roster and the contractor shall then place a check on the appropriate place on the roster as the lunch or beverage is issued. The contractor shall submit these annotated rosters bi-weekly to AMSC along with a corresponding invoice for meals served. Students may carry out a lunch for another student by showing the contractor that student's name badge or orders. Contractor may sell additional items/meals after 12:00 p.m. or after all AMSC students have received their lunches (whichever is earlier). These meals shall not exceed the contracted meal cost. The contractor will be notified at the beginning of each class of students with special dietary restrictions. These meals will be furnished at the same cost as regular contracted meals. The Government shall provide a service area and tables in Humphreys Hall for the contractor to serve lunch. The contractor shall furnish freshly laundered tablecloths, readily available low calorie, low fat, low sodium condiments which are clearly labeled. Disposable trays or bags shall be provided daily for students to carry meals on/in containers for hot food, and shall include utensils. The contractor shall provide all condiments, dressings, napkins, eating and serving utensils. The contractor will be given 24 hour notice during class cycle when changes occur in restricted diet lunches. Contractor food servers must have a thorough understanding of English and must be able to converse clearly with the students. The Contracting Officer may cancel daily lunches by issuing contract modification 5 days prior to cancellation. The contractor shall clean up the Government furnished area daily which shall include, taking trash to the dumpster and removing spills on the walls and carpets, resulting from serving and discarding lunches. Contractor shall not store any perishable food items in the government furnished service area. Contractor shall ensure that his/her employees wear clean work garments to handle and serve food; that plastic gloves are worn when serving/handling food and that meals are served in a courteous and professional manner. During the one-day exercises at Quantico, VA the contractor shall be on site at Quantico from 9:00 a.m. till 1:00 p,m, while the students are doing their outdoor exercise. During the LRC held in January, the Contractor shall serve homemade soup, crackers, juice, hot beverages such as coffee and cider and provide hot water to make tea and cocoa. During this time the Contractor shall include one serving of soup and at least 3 servings of assorted beverages for each student. During the other 2 LRCS, the contractor shall serve at a minimum an assortment of three cold beverages and coffee for each student. The contractor shall provide with the bid all copies of county, state, local and environmental certificates that are required to operate his/her facility. The contractor shall provide the government a point of contact and phone number within 5 days of contract award. At each lunch there shall be a designated contractor supervisor. The provision at FAR 52.212-1 Instructions to Offerors Commercial Items applies. Offerors are required to complete and include a copy of the following provisions with their bids: FAR 52.212-3, Offeror Representation and Certifications Commercial Items; DFARS Clause 252.212-7000, Offeror Representations and Certifications Commercial Items and Addendum Clause; Clause 52.212-4, Contract Terms and Conditions Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies with the following applicable clauses for paragraph (b); FAR 52.216-18, Ordering (OCT 1995), paragraph (a), "Such orders may be issued from date of award through 30 Sep 97." FAR 52.216-19, Delivery Order Limitations, paragraph (a) Minimum order "When the Government requires supplies or services covered by this contract in an amount of less than 80, the Government is not obligated..." and paragraph (b) "Maximum order. The Government isnot obligated to honor (1) Any order for a single item in excess of 165; (2) Any order for a combination of items in excess of 13,035 per class; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section." Paragraph (d), subparagraph (b), "unless that order (or) orders are returned to the ordering office within 10 days after issuance". FAR 52.216-21, Requirements (OCT 95), paragraph (f), "Contractor shall not be required to make any deliveries under this contract after 31 Aug 1998 or 30 Sep 01, if all options are exercised. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b); FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract-Services; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, and FAR 52.228-5, Insurance Work on a Government Installation, apply. The Government intends to make a single award to the responsible bidder whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the bidder that meets the solicitation's minimum criteria for acceptability at the lowest price. Sealed offers must be received no later than 3:00 p,m, EST, 15 Jul 97. Bids sent via the US Postal Service and hand carried bids shall be sent to USA Garrison Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Ft Belvoir, VA 22060-5134. In accordance with AR 40-657, Veterinary/Medical Food Inspection and Laboratory Service dtd 19 Jul 88 directs that upon contract award the Contractor's facility used for preparation of this food shall be inspected and certified to be entered into the Directory of Sanitarily Approved Food Establishments for the Armed Forces Procurement. Any costs associated with obtaining this certification shall be borne by the Contractor. Inspections shall be performed either quarterly or annually throughout the contract to ensure continued approval as a source of subsistence for the Armed Forces Procurement in accordance with TB MED 530, Occupational & Environmental Health Food Services Sanitation. If the Contractor fails 2 consecutive inspections, he shall be (0168)

Loren Data Corp. http://www.ld.com (SYN# 0280 19970619\73-0001.SOL)


73 - Food Preparation and Servicing Equipment Index Page