|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,2000 PSA#2589Regional Contracting Office, MARFORRES, 4400 Dauphine Street, New
Orleans, LA 70146-5400 S -- CATER ING SOL M67861-00-Q-0010 DUE 041200 POC Betty Knight
504-678-4385 E-MAIL: Click here to contact the Contracting Specialist
by, KnightB@mfr.usmc.mil. This procurement is a 100% small business
set-aside. This is a combined synopsis/solicitation for commercial
services prepared in accordance with the format in FAR Subpart 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotations are being
requested and a separate written solicitation will not be issued.
Solicitation number M67861-00-Q-0010 applies and is issued as a Request
for Quotation. This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-15. The standard industrial code is 5812 and the business size
standard is 500 people. This requirement is for a fixed priced contract
for a base period, 04 Jun 19 Aug 2000, plus one (1) option period,
approximate dates of Jun Aug, 2001. Exact dates to be determined.
Exercising the Option period will be at the Government's sole
discretion. Line Items: Line Item 0001 Breakfast, Subclin 0001AA Food
Costs, 0001AB Food Preparation Costs. Line Item 0002 Lunch, Subclin
0002AA Food Costs, 0002AB Food Preparation Costs. Line Item 0003 Box
Lunch, Subclin 0003AA Food Costs, 0003AB Food Preparation Costs. Line
Item 0004 Dinner, Subclin 0004AA Food Costs, 0004AB Food Preparation
Costs. Line Item 0005 Brunch, Subclin 0005AA Food Costs, 0005AB Food
Preparation Costs. For accounting purposes a price breakdown for food
and food preparation costs are required. The unit price for SUBCLINS AA
and AB must equal the unit price for the CLIN. The following is an
example:EXAMPLE Line Item 0001 Number of Breakfast days @ 230 meals @
$ 2.50_ea = $ 18,970.0 0001AA Food Costs Qty x $ 1.00 ea = $ 7,590.00
: 0001AB Food Preparation Costs Qty X $1.50 ea. = $ 11,380.00 .
Catering services are requested to support the Marine Corps'
Professional Military Education Encampment to be held at Camp Crowder,
Neosho, Missouri, during five two-week training sessions, 04 June
through 19 August 2000. Approximately 230 persons, consisting of 200
students and 30instructors and administrative support personnel, will
attend each session. The Government will provide the dining facility
and food preparation area. The caterer shall prepare and serve meals in
accordance with the below schedule. The contractor shall serve the
meals "cafeteria style" on the dates and times set forth below:
SCHEDULE: Dates Meal Time Number of Meals Remarks 04 June Lunch 1130 --
1250 30 Box Lunch Dinner 1730 -- 1900 205Also, 25 Box lunches 05
June-09 June Breakfast 0730 -- 0850 230 Lunch 1200 -- 1320 230 Dinner
1800 -- 1930 230 10 June Breakfast 0730 -- 0850 230 Lunch -- -- -- --
-- -- -- - -- -- No meal required Dinner 1730 -- 1900 230 Box lunch 11
June Brunch 0900 1130 230 Dinner 1630 1830 230 12 June-16 June
Breakfast 0730 -- 0850 230 Lunch 1200 -- 1320 230 Dinner 1800 -- 1930
230 17 June Breakfast 0730 -- 0850 230 Lunch 1000 -- 1130 230Box lunch
required Dinner -- -- -- -- -- -- - -- — No meal required 18
June Breakfast -- -- -- -- -- -- - -- -- No meal required Lunch 1130 --
1250 30 Box lunch Dinner 1700 -- 1830 205Also, 25 box lunches 19
June-23 June Breakfast 0730 -- 0850 230 Lunch 1200 -- 1320 230 Dinner
1800 -- 1930 230 24 June Breakfast 0730 0850 230 Lunch -- -- -- -- --
-- -- -- -- No meal required Dinner 1730 1930 230 Box lunch 25 June
Brunch 0900 1130 230 Dinner 1630 1830 230 26 June-30 June Breakfast
0730 0850 230 Lunch 1200 1320 230 Dinner 1800 1930 230 01 July
Breakfast 0730 0850 230 Lunch 1030 -- 1150 230 Box lunch required
Dinner -- -- -- -- -- -- - -- -- No meal required *02 July-08 July --
-- -- -- -- - -- -- -- -- -- -- - -- -- *No meals required 09 July
Breakfast -- -- -- -- -- -- - -- -- No meal required Lunch 1130 1250 30
Box lunch Dinner 1700 1830 205Also, 25 box lunches 10 July-14 July
Breakfast 0730 -- 0850 230 Lunch 1200 -- 1320 230 Dinner 1800 1930 230
15 July Breakfast 0730 0850 230 Lunch -- -- -- -- -- -- -- -- -- No
meal required Dinner 1730-1900 230 Box lunch 16 July Brunch 0900 1130
230 Dinner 1730 1900 230 17 July-21 July Breakfast 0730 0850 230 Lunch
1200 1320 230 Dinner 1800 1930 230 22 July Breakfast 0730 0850 230
Lunch 1030 1150 230 Box lunch Dinner -- -- -- -- -- -- -- -- -- No meal
required 23 July Breakfast -- -- -- -- -- -- -- -- -- No meal required
Lunch 1130 1250 30 Box lunch Dinner 1800 1900 205Also, 25 box lunches
24 July-28 July Breakfast 0730 0850 230 Lunch 1200 1320 230 Dinner
1800 1930 230 29 July Breakfast 0900 1100 230 Lunch -- -- -- -- -- --
-- - -- -- No meal required Dinner 1730 1900 230 Box lunch 30 July
Brunch 0900 1130 230 Dinner 1730 1900 230 31 July- 4 Aug Breakfast 0730
0850 230 Lunch 1200 1320 230 Dinner 1800 1930 230 5 Aug Breakfast 0730
0850 230 Lunch 1030 1150 230 Box lunch Dinner -- -- -- -- -- -- -- --
-- No meal required 6 Aug Breakfast -- -- -- -- -- -- -- -- -- No meal
required Lunch 1130 1250 30 Box lunch Dinner 1700 1830 205Also, 25 box
lunches 07 Aug-11 Aug Breakfast 0730 0850 230 Lunch 1200 1320 230
Dinner 1800 1930 230 12 Aug Breakfast 0730 0850 230 Lunch -- -- -- --
-- -- -- -- -- No meal required Dinner 1730 1900 230 Box lunch 13 Aug
Brunch 0900 1130 230 Dinner 1630 1800 230 14 Aug-18 Aug Breakfast 0730
0850 230 Lunch 1200 1320 230 Dinner 1800 1930 230 19 Aug Breakfast
0730 0850 230. 2 Food Preparation. The contractor shall prepare all
meals in the furnished dining facility. The contractor shall provide
all pots, pans, and containers in which to prepare the meals, except as
noted in paragraph C.3.8. The contractor shall be responsible for
ensuring that all foods are prepared in accordance with standard
commercial food preparation sanitation requirements. 3 Serving
Requirements. The contractor shall serve the food for each meal
"cafeteria style". The contractor shall ensure meals are ready to be
served by the times outlined in paragraph C.3.1 above., and that foods
are served hot or cold in accordance with standard commercial
procedures. The contractor shall serve each meal upon reinforced paper
plates or styrofoam plates. The contractor shall provide beverages in
disposable cups. All hot beverages shall be served in insulated paper
cups or styrofoam cups. The contractor shall provide plastic utensils
and napkins for each meal. The contractor shall provide all
aforementioned plates and cups. 4 Cleanup. The contractor shall be
responsible for cleanup of the dining facility to include washing all
equipment used for food preparation, mopping of the kitchen and dining
facility floors, and cleaning the tables. The contractor shall provide
all cleaning equipment and supplies to accomplish the cleanup task. The
contractor shall dispose of all trash in the Government dumpster. The
Government will be responsible for removing trash from the dumpster. 5.
Nutritional Requirements. All meals shall be prepared to include, at a
minimum, the U.S. Department of Agriculture recommended daily
allowances of each of the four basic food groups. 6. Beverages. At a
minimum, the contractor shall provide the 2% fat milk and coffee with
each meal, excluding the box lunches. The contractor shall provide at
least one 100% fruit juice with each breakfast. 7. Condiments. Salt and
pepper shall be provided with each meal. The following condiments, as
appropriate and in accordance with standard commercial procedures,
shall be provided with each meal: ketchup, mayonnaise, mustard, butter,
jellies, hot sauce, salad dressings, etc. 8. Special Meal Requirements.
BOX LUNCHES shall be provided in a neat compact form for carrying. Box
lunches shall contain, at a minimum: two sandwiches, boiled egg, fresh
fruit, 8 ounce can of orange juice, dessert, salt, pepper, and
appropriate condiments. The box lunches will be picked up in bulk at
the dining facility at the times specified in SCHEDULE above. 9. Menus.
The Contractor shall post menus for each two-week session in a location
in the dining facility for diners to view. Menus shall not deviate from
the contract unless advance approval is received 24 hour prior to the
change. The following Government representative will be on-site at Camp
Crowder and is the only person authorized to approve menu changes:
Major Weeks. 10. Leftovers. Leftovers may be served, at the
contractor's discretion, up to 24 hours after the meal in which the
foods were served as a regular meal. However, leftovers shall only be
served as an "extra" offering, and shall not be served in lieu of
scheduled meals. 11. Inventory. A walk through of the building and an
inventory of the Government furnished property will be held at a time
mutually agreed upon by the Government and the successful offeror. At
this time the contractor will become responsible for damage and
security to the building and accountable for Government furnished
property. The provisions at FAR 52.212-1. Instructions to
Offerors-Commercial Items applies to this acquisition. Para.(g)
Contract Award delete in its entirety, and substitute "Award." The
Government plans to award a single contract resulting from this
solicitation. The provision at FAR 52.232-2, Evaluation Commercial
Items applies with the following addenda: 1. Para (a), complete the
sentence "The following factors shall be used to evaluate the offers:
"by inserting the following evaluation factors listed in descending
order of importance: 1. Quality of Food, 2. Variety of Food, 3.
Quantity, 4. Experience and Past Performance, 5. Quality Control, 6.
Price. PROPOSAL PREPARATION GUIDANCE: The proposal shall provide a
two-week food plan, which will be followed for each of the five
two-week training sessions. Offerors are required to include a copy of
the following provisions with their proposals: (1) FAR 52.212-3, Offer
or Representation and Certifications-Commercial Items: (2) DFARS
252.212-7000 Offer or Representation and Certification Commercial Items
and (3) DFARS 252.225-7000, Buy American Act and Balance of Payments
Program Certificate. Clause 52.212.4, Contract Terms and
Conditions-Commercial Items, applies. The Clause at FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items applies and is incorporated with the
following additional clauses for para. (b): FAR 52.203-6, FAR
52.217-5, Evaluation of Options, .FAR 52.217-6, Option for Increased
Quantity (MAR 1989), FAR 52.217-9, Option to Extend the Term of the
Contract, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37,
Notice of Total Small Business Set-Aside is Applicable. The Government
intends to evaluate offers and award a contract without discussions
with offerors. Therefore, the offeror's initial offer should contain
the offeror's best terms from technical to price. However, the
Government reserves the right to conduct discussions if later
determined by the Contracting Officer to be necessary. The Government
may reject any or all offers if such action is in the public interest;
accept other than the lowest offer; and waive informalities and minor
irregularities in offers received. Quotes must be received no later
than 2:00 p.m., Local time, 12 April 2000. Quotes sent via the US
Postal Service should be mailed to the Regional Contracting Office,
Marine Forces Reserve, 4400 Dauphine Street, New Orleans, LA
70146-5400. Hand carried proposals must be delivered directly to and
placed in the bidders mailbox located outside room number 1B454 in
Bldg.601 at the above address. Direct deliveries of proposals are only
possible during weekdays, excluding holidays, between the hours of
8:00 am and 4:00 pm. Facsimile proposals will not be accepted. POC is
Betty Knight (504) 678-4385. Payment of services can be made utilizing
the Government wide Commercial Purchase Card." See Note 1". Posted
04/26/00 (W-SN448917). (0117) Loren Data Corp. http://www.ld.com (SYN# 0080 20000428\S-0003.SOL)
S - Utilities and Housekeeping Services Index Page
|
|