Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,2000 PSA#2589

Regional 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