FORT HARRISON CATERING MEALS 10 JUN 19 - 18 JUN 19
SOLICITATION: W911YP19R0019 AGENCY/OFFICE: Utah National Guard/USPFO PERIOD OF PERFORMANCE: 10 JUN 2019 - 18 JUN 2019 SUBJECT: Fort Harrison, MT Catering Meals RESPONSE DUE DATE: 12:00 PM MST 21 May 2... SOLICITATION: W911YP19R0019 AGENCY/OFFICE: Utah National Guard/USPFO PERIOD OF PERFORMANCE: 10 JUN 2019 - 18 JUN 2019 SUBJECT: Fort Harrison, MT Catering Meals RESPONSE DUE DATE: 12:00 PM MST 21 May 2019 CONTRACTING POC: William (Billy) T. Brown III Email: William.t.brown68.civ@mail.mil Phone: 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM SMALL BUSINESSES WILL BE ACCEPTED***** The Utah National Guard is soliciting a requirement for Fort Harrison Catered Meals that will be filled under combined synopsis/solicitation W911YP19R0019 and is being issued for Request for Quotations (RFQ). This procurement is being solicited under NAICS code 722320, "Caterers", which has a small business size standard of $7,500,000.00 (www.sba.gov). This requirement will be fulfilled under one firm-fixed price contract and be filled by a single vendor. FOR VENDOR'S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. STATEMENT OF WORK FOR CATERED MEALS: 19th SFG (A) GSB Annual Training (AT): Provide meals, 2 per day, for 117 Soldiers at Building #414 Fort Harrison, Montana. Point of Contact: William (Billy) T. Brown III, (801)-432-4273 william.t.brown68.civ@mail.mil, Contract Specialist, Utah National Guard, 12953 S. Minuteman Drive, Draper, Utah 84020 • OBJECTIVES: • PERIOD OF PERFORMANCE: Performance period for this contract will be 10 June 2019 through 18 July 2019. The Caterer shall provide all the personnel, supervision, and other items necessary to perform full food service management in a government facilities as defined in this PWS at the prescribed location. The Caterer shall perform to the standards set forth in this contract. • MENU PLANNING AND POSTING: The Caterer shall coordinate meal planning with site representatives and use applicable regulations. The Caterer shall post daily menus before the breakfast meal in an appropriate location at the dining facility. The Caterer shall follow the approved menu when planning and preparing all meals. • FOOD PREPARATION AND SERVICE • Caterer will provide the best value (cost, service, and quality) for the period of 10 June 2019 through 18 June 2019 for Subsistence Catered Meals delivered. • Requirements for contract will include providing breakfast, and dinner meals; as well as plates, utensils, napkins, cups, and condiments. Coffee should be provided for both breakfast and dinner as a drink option. • Meals will resemble portion, variety, and quality expected at established restaurants and will be provided in accordance with the requirements of: Armed Forces Recipe Services: http://www.quartermaster.army.mil/jccoe/publications/food_links.html • Serving Lines: Setup serving lines by the scheduled opening time. Food on the serving line shall be logically arranged and all foods shall be maintained at the specified temperatures. Replenish all foods, table ware, beverages, and condiments as necessary to ensure they are available to all patrons throughout the meal. Remove all food from the serving line within15 minutes after the serving line is closed and cover, label, and properly store all food, unless disposal of a leftover is appropriate. a. PROPER STORAGE: Upon receipt the Caterer shall promptly store perishable and semi perishable subsistence. Store frozen and chilled items at specified temperatures. b. HOUSEKEEPING: The Caterer may be provided with up to 2 soldiers per meal for kitchen patrol (KP) duties from the supporting cell. Caterer shall provide all other housekeeping and sanitation services for all food service preparation equipment and dining equipment as prescribed in Department of Defense Standard Practice Sanitation requirements for Food Establishments (MIL-STD-3006)http://everyspec.com/MIL- STD/MIL-STD-3000-9999/MIL-STD-3006C_22918/ • GENERAL INFORMATION: • HOURS OFOPERATION: Breakfast will be set up ready to serve not later than 0600 am and ending no earlier than 0800. Dinner will be set up ready to serve not later than 1700 and ending no earlier than 1900. Caterer will be flexible with the breakfast and dinner meal, and if notified 24 hours prior to meal, will be able to adjust delivery time of any meal either 1 hour earlier or 1 hour later than standard time. Serving locations and times will come from SSG Wheatley, Steven 801-668-9651, but all meals will be served and consumed on Fort Harrison. • OPERATION: Caterer will staff the serving line for the entire meal. Caterer will be responsible for the clean-up of serving line and personal equipment used to provide measl. The government will be responsible for the general cleanup of the building. The caterer will be permitted to utilize the Fort Harrison DFAC for meal-prep and meal-serving. The caterer will be permitted to utilize the DFAC appliances (wash sinks, hot/cold serving trays, fridges, grill, fryer, etc.). If requesting to use the fryer, you must demonstrate training documentation and proper use to CW2 Christopher Herskind prior to use. Fryer oil for the fryer will be provided by the caterer. • STANDARDS OF CONDUCT: Caterer Personnel must adhere to standards of conduct as established by the Installation Commander. • SECURITY REQUIREMENTS: Caterer shall adhere to current installation security policies. • INSURANCE: Caterer must provide proof of commercial general liability insurance (or CGL) with a minimum of $1,000,000.00 per occurence and $2,000.000.00 aggregate. • APPLICABLE PUBLICATIONS AND FORMS 2.5.1 General: The following publications are applicable to the performance of this contract. The Caterer shall be bound to perform to the requirements set forth in these regulations. Tri-Services Food Code: TB MED 530/NAVMED P-5010-1/AFMAN 48-147_IP https://armypubs.army.mil/epubs/DR_pubs/DR_a/pdf/web/tbmed530.pdf Armed Forces Recipe Services http://www.quartermaster.army.mil/jccoe/publications/food_links.html) 2.5.2 Department of Defense Standard Practice Sanitation requirements for Food Establishments (MIL-STD-3006) http://everyspec.com/MIL-STD/MIL-STD-3000- 9999/MIL-STD-3006C_22918/ Department of the Army Pamphlet (DA PAM) 30-22 https://armypubs.army.mil/epubs/DR_pubs/DR_a/pdf/web/p30_22.pdf 2.6 SANITATION REQUIREMENTS: • Personal Hygiene: The Caterer shall ensure all employees meet all personal hygiene requirements to include but not limited to; clean hands and fingernails at all times, proper hair and facial grooming, hair restraints, proper smoking restraint, etc. • Equipment and Utensil Cleaning: The Caterer shall clean and sanitize all food service equipment and cookware to remove food particles, other soil, grease and cleaning or sanitizing agent residue to the standards set forth in this contract. • Sanitation Inspection: In addition to any government performed surveillance, medical and food services personnel will also inspect for compliance with sanitary requirements/conditions. • The Caterer is responsible for preventing all food borne diseases by properly storing and preparing food in accordance with applicable regulations • This includes, but is not limited to: storage of bulk foods, refrigerated food, leftovers, perishables, etc. The Caterer shall prepare foods on surfaces that are cleaned and sanitized. All meats and poultry shall be cooked and prepared at the proper temperatures ensuring the food is thoroughly cooked throughout 3 QUOTE & PRICING: 3.1 The Caterer shall provide the following information on pricing with quote submission. Breakfast Meal 117 soldiers per day PRICE $ Dinner Meal 117 soldiers per day PRICE $ TOTAL PRICE for 10 days = • INSURANCE (1 day of breakfast meals (10-18 June 2019) + 1 day of dinner meals (10-16 & 18 June 2019) x 9 days of breakfast and 8 days of dinner meals provided) • Provide at a minimum, one Past-Performance reference from a similar in size and scope level of effort with quote submission. • Provide with quote submission how you are planning to staff / man the locations and times those personnel will be there. CONTRACT TYPE/EVALUATION FACTORS: The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Lowest Price Technically Acceptable (LPTA). An LPTA quote is one that meets all the technical aspects while being the lowest price quote, IAW FAR 15.101-2. For quotes to be technically acceptable they must demonstrate they can fulfill all the requirements stated in the Statement of Work. SAM REGISTRATION: All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register. QUOTES: Please provide your quote submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 12:00 pm (Mountain) 21 May 2019. All submissions should be sent via email to: william.t.brown68.civ@mail.mil or through Fedbizopps. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. CLAUSES: The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ .
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »