Inactive
Notice ID:FA671221N0003
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in r...
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Pittsburgh Air Reserve Station (ARS), Coraopolis, PA is conducting market research within the Small Business Administration 8(a) program. The North American Industry Classification Systems (NAICS) Code proposed is 722310-Food Service Contractors with the applicable size standard. The requirement is to provide: Partial Mess Attendant cleaning. There will be a need to have a person to run the register, clean, cook, or prepare depending on the services required during a UTA weekend. The services will be provided for 150 persons for breakfast and up to 500 persons for lunch that will be fed. These services vary and will be defined 7 to 10 days prior to the performance date. Potential personnel would be: Register – NTE 1 person Preparing- NTE 2 people Cooking- NTE 5 people Cleaning-NTE 6 people Any combination of services could be required 6 to 8 months of the following year. Reservists will be assisting for training purposes. There are 3 meals per day served. Breakfast 0600-0700, Lunch 1030 -1230, Dinner 1600-1700 If cooking is required the food and location will be provided. Historically the following meals have been served: Breakfast 150 patrons, Lunch 425 patrons, Dinner 25 patrons The Service Contract Labor Standards Act will apply. This will be a one year contract. Please provide a rough estimated cost per person served, estimated monthly price, and total dollar value. Price can be broken out per labor category/laborer. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. Responses must be submitted electronically to the following e-mail address: jessica_lyn.rasmussen@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 4/8/2021 at 12:00pm Eastern. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through beta.sam.gov Opportunities. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.