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)