Search Contract Opportunities

Dining Facility Mess Attendant Services   3

ID: FA489720Q0005 • Type: Solicitation

Description

Posted: Feb. 12, 2020, 12:30 p.m. EST

Combined Synopsis/Solicitation

Wagon Wheel Dining Facility Mess Attendants

Mountain Home AFB, Idaho

16 Jan 2020

1. The 366th Financial Acquisition Squadron at Mountain Home AFB, Idaho intends to establish a Firm Fixed Price contract for Dining Facility Services at the Wagon Wheel Dining Facility in accordance with (IAW) the Performance Work Statement (PWS). This requirement will result in a one year contract plus four (4) individual option years and a possible sixth month extension based on Government need.

2. General Information: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures IAW FAR Part 13 and will set the acquisition aside IAW FAR Part 19 for 8(a) set-aside for small business.

Notice Type: Combined Synopsis/Solicitation

Solicitation Number: FA489720Q0005

Title: Dining Facility Mess Attendant Services

Posted Date: 21 Jan 2020

Solicitation Response Date: No later than 2 pm. MST. 18 Feb 2020

Estimated Award Date: 1 Mar 2020

Set Aside: 8(a) Small Business

NAICS Code: 722310 Food Service Contractors

Point of Contact: Tammie Morlock, tammie.morlock@us.af.mil, 208-828- 3119 and TSgt Jeff Corey, jeffrey.corey.1@us.af.mil, 208-828-6479

3. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with solicitation number FA489720Q0005.

4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-02 effective 23 Dec 2019, Defense Acquisition Circular 20190531 effective 1 Oct 2019, and Air Force Acquisition Circular Revision 2019-1001 effective 1 Oct 2019.

5. The North American Industry Classification System (NAICS) code for this solicitation is 722310 - Food Service Contractors with a size standard of $41.5M.

6. The purpose of this combined synopsis and solicitation is for the non-personal service of Dining Facility Services IAW the attached PWS. The quoter's schedule and contract CLIN schedule are below:

CLIN

Description

Quantity

Unit

Cost per Unit

Total

(USD $)

(USD $)

0001

DFAC Facility Services

1

LOT

0002

Extended Meal Service

50

HRS

0003

Major Equipment Maintenance

200

HRS

NTE $23,278.00

0004

Reimbursable Parts for Major Maintenance

1

LOT

NTE $15,450.00

0005

Contingency Food Service Worker

4260

HRS

(US Dollars $) TOTAL

$

Period of Performance:

Est: 1 MAR 2020- 28 FEB 2021

Place of Performance:

366 FSS F3F3JV

Wagon Wheel Dining Facility

Mountain Home AFB, ID

CLIN

Description

Quantity

Unit

Cost per Unit

Total

(USD $)

(USD $)

1001

DFAC Facility Services

1

LOT

1002

Extended Meal Service

50

HRS

1003

Major Equipment Maintenance

200

HRS

NTE $23,278.00

1004

Reimbursable Parts for Major Maintenance

1

LOT

NTE $15,450.00

1005

Contingency Food Service Worker

4260

HRS

(US Dollars $) TOTAL

$

Period of Performance:

Est: 1 MAR 2021- 28 FEB 2022

Place of Performance:

366 FSS F3F3JV

Wagon Wheel Dining Facility

Mountain Home AFB, ID

CLIN

Description

Quantity

Unit

Cost per Unit

Total

(USD $)

(USD $)

2001

DFAC Facility Services

1

LOT

2002

Extended Meal Service

50

HRS

2003

Major Equipment Maintenance

200

HRS

NTE $23,278.00

2004

Reimbursable Parts for Major Maintenance

1

LOT

NTE $15,450.00

2005

Contingency Food Service Worker

4260

HRS

(US Dollars $) TOTAL

$

Period of Performance:

Est: 1 MAR 2022- 28 FEB 2023

Place of Performance:

366 FSS F3F3JV

Wagon Wheel Dining Facility

Mountain Home AFB, ID

CLIN

Description

Quantity

Unit

Cost per Unit

Total

(USD $)

(USD $)

3001

DFAC Facility Services

1

LOT

3002

Extended Meal Service

50

HRS

3003

Major Equipment Maintenance

200

HRS

NTE $23,278.00

3004

Reimbursable Parts for Major Maintenance

1

LOT

NTE $15,450.00

3005

Contingency Food Service Worker

4260

HRS

(US Dollars $) TOTAL

$

Period of Performance:

Est: 1 MAR 2023- 29 FEB 2024

Place of Performance:

366 FSS F3F3JV

Wagon Wheel Dining Facility

Mountain Home AFB, ID

CLIN

Description

Quantity

Unit

Cost per Unit

Total

(USD $)

(USD $)

4001

DFAC Facility Services

1

LOT

4002

Extended Meal Service

50

HRS

4003

Major Equipment Maintenance

200

HRS

NTE $23,278.00

4004

Reimbursable Parts for Major Maintenance

1

LOT

NTE $15,450.00

4005

Contingency Food Service Worker

4260

HRS

(US Dollars $) TOTAL

$

Period of Performance:

Est: 1 MAR 2024- 28 FEB 2025

Place of Performance:

366 FSS F3F3JV

Wagon Wheel Dining Facility

Mountain Home AFB, ID

CLIN

Description

Quantity

Unit

Cost per Unit

Total

(USD $)

(USD $)

5001

DFAC Facility Services

1

LOT

5002

Extended Meal Service

25

HRS

5003

Major Equipment Maintenance

100

HRS

NTE $23,278.00

5004

Reimbursable Parts for Major Maintenance

1

LOT

NTE $15,450.00

5005

Contingency Food Service Worker

2130

HRS

(US Dollars $) TOTAL

$

Period of Performance:

1 MAR 2025 - 31 AUG 2025

Place of Performance:

366 FSS F3F3JV

Wagon Wheel Dining Facility

Mountain Home AFB, ID

Vendor Information

Ordering Address

Point of Contact

Phone Number

Fax Number

E-Mail Address

Quote Date

Cage Code

Web Address

7. Performance Work Statement (PWS); (See attachment 1); 14 Nov 2019

Wage Determination: (See attachment 2); 2015-5513; 16 Jul 2019

Collective Bargaining Agreement (CBA) (See Attachment 3) 1 Oct 18 30 Sept 19

Mission Essential Positions (See Attachment 4) - 17 Jan 2020

*****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this RFQ until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. *****

8. ADDENDUM TO 252.237-7023 Continuation of Essential Contractor Services

(a) The Contracting Officer has identified all or a portion of the services performed under this contract as "Essential DoD Contractor Services" as defined and described in DoD Instruction (DoDI) 3020.37, "Continuation of Essential DoD Contractor Services During Crises." Hereafter, the personnel identified by the contractor to perform these services shall be referred to as "Mission Essential Contractor Personnel."

(b) Within 30 days after contract award or incorporation of this clause into a contract by modification, the Contractor shall provide a written list of all "Mission Essential Contractor Personnel" to the Contracting Officer or designee. The list shall identify names and country(ies) where each employee will perform work under this contract.

(c) As required to comply with or perform pursuant to DoD or Air Force requirements, the contracting officer shall direct the contractor to comply with requirements intended to safeguard the safety and health of Mission Essential Contractor Personnel. The Contracting Officer may communicate the requirements through a letter of notification or other means, and subsequently modify the contract to incorporate the requirements via full text or by reference. The Contractor may file a proposal for cost or other impacts under the Changes clause or a Request for Equitable Adjustment.

(d) This clause shall be inserted in all subcontracts meeting the criteria in paragraph (a) of this clause.

(End of clause)

ADDENDUM TO 52.212-1, Instructions to Offerors Commercial Items.

To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall address the requested pricing information associated with the pricing schedule above and address/respond to all applicable provisions and clauses required in this notice and addenda.

Past performance will also be evaluated but only on the basis of the confidence rating table listed in table 2, as it pertains to the Contractor Performance Assessment Reporting System (CPARS). Given this determination, no past performance information is required to be accepted as part of a proposal package.

The contracting officer has determined there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional data will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of a fair and reasonable price.

A. SPECIFIC INSTRUCTIONS:

PRICE QUOTE - Submit one (1) copy

a. Provide a summarized quote sheet. The summary shall clearly provide the price per each contract line item number (CLIN) for each year. In accordance with the solicitation, the quote(s) must be submitted for a base year plus four (4) option years and the sixth month extension.

b. Ensure all provisions and clauses are filled with appropriate information as it pertains to each offeror.

B. CONTACT INFORMATION
Contract Specialist: Tammie Morlock, tammie.morlock@us.af.mil, and SSgt Jeffrey Corey, jeffrey.corey.1@us.af.mil

Contracting Officer: Ms. Andrea Porter, andrea.porter.2@us.af.mil

Quotes shall be submitted to both tammie.morlock@us.af.mil and jeffrey.corey.1@us.af.mil by the closing date of the solicitation.

Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system.

All questions regarding this RFQ must be email to tammie.morlock@us.af.mil and jeffrey.corey.1@us.af.mil by 7 Feb 2020, 10:00 A.M. MST

C. SITE VISIT

The Site Visit will occur on 4 Feb 2020 at 1:00 PM. Each offeror may send one (1) representative for a site visit. If you plan to attend, you shall provide advance notification that you will be attending to the POCs listed in this solicitation no later than 29 Jan 2020 at 1:00 PM. The representative will be required to provide their name, contact information, corporate affiliation and any additional information as required for on-base access.

(End of Addendum)

ADDENDUM TO 52.212-2, Evaluation Commercial Items
A. BASIS FOR AWARD

The basis of award for this acquisition will result from an evaluation of past performance information gathered from CPARS and price, where an awardee will be chosen that has at least neutral confidence ratings with regards to past performance and offers the total lowest price. Consideration for award will be limited to Small Business Administration certified Section 8(a) small business firms.

B. EVAULUATION CRITERIA:

1. PRICE EVALUATION

An offerors proposed prices will be determined by multiplying the quantities identified within each line item included on the Quote Summary Sheet by the unit price for each item to confirm the extended amount of each. Completion of pricing for each line item will be necessary in order to submit a quote for each Option Year. The total evaluated price includes the total price for all options along with the base period.

In accordance with FAR 52.217-8 Option to Extend Services, the Government may require continued performance within the limits and at the rates specified in the contract for the year in which this extension of services is authorized, for a maximum period of up to six months. Evaluation of options shall not obligate the Government to exercise the option(s). Quotes with option prices that are significantly unbalanced will be evaluated as noncompliant. Offerors shall quote on all items. Quotes that fail to price each item or indicate services will be provided at no charge will be evaluated as noncompliant. An offer using a sliding price scale or subject to escalation based on a contingency will be evaluated as noncompliant. Other than firm fixed-price offers will be evaluated as noncompliant. The price evaluation will document the reasonableness and realism of the proposed total evaluated price for the apparent successful offeror.

2. PAST PERFORMANCE CONFIDENCE RATING

The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Neutral Confidence as defined in Table 5 of the DoD Source Selection Procedures (Table 2 below). Offerors with no relevant past or present performance history or with a performance record so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Neutral Confidence," meaning the rating is treated neither favorably nor unfavorably. Relevancy is defined as a project that represents the same or closely related type of services that this solicitation is advertising and within the last five (5) years of this solicitation closing date.

Table 2. Performance Confidence Assessments Rating Method

Adjectival Rating

Description

Substantial Confidence

Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.

Satisfactory Confidence

Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.

Neutral Confidence

No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.

Limited Confidence

Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.

No Confidence

Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.

(End of Addendum)

Posted: Feb. 12, 2020, 11:08 a.m. EST
Posted: Feb. 11, 2020, 3:55 p.m. EST
Posted: Jan. 21, 2020, 6:18 p.m. EST
Posted: Jan. 21, 2020, 4:39 p.m. EST

Overview

Response Deadline
Feb. 18, 2020, 4:00 p.m. EST Past Due
Posted
Jan. 21, 2020, 4:39 p.m. EST (updated: Feb. 12, 2020, 12:30 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Mountain Home AFB, ID 83648 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Signs of Shaping
91% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 1/21/20 Air Combat Command issued Solicitation FA489720Q0005 for Dining Facility Mess Attendant Services due 2/18/20. The opportunity was issued with a 8(a) (8A) set aside with NAICS 722310 (SBA Size Standard $47 Million) and PSC S203.
Primary Contact
Name
Tammie Morlock   Profile
Phone
(208) 828-3119

Secondary Contact

Name
Jeffrey M Corey   Profile
Phone
(208) 828-6479

Documents

Posted documents for Solicitation FA489720Q0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation FA489720Q0005

Award Notifications

Agency published notification of awards for Solicitation FA489720Q0005

Contract Awards

Prime contracts awarded through Solicitation FA489720Q0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA489720Q0005

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA489720Q0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4897 366 FAS PKP
FPDS Organization Code
5700-FA4897
Source Organization Code
100258504
Last Updated
March 4, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 4, 2020