DOCUMENT

Attachment R - Fort Benning FFS Industry Day Vender Site Visit Slides (1 March 23).pdf

OVERVIEW

Original Source
Contract Opportunity
Posted
March 9, 2023
Type
.pdf
Size
3.99MB

DOCUMENT PREVIEW

EXTRACTED TEXT

UNCLASSIFIED//FOUO

ASC / MICC / LRC-Fort Benning
Food Service Industry Engagement & Site Visit
Solicitation W5168W-23-R-0003

1 March 2023

UNCLASSIFIED//FOUO

Welcome to Fort Benning!

Agenda

Introductions Schedule of Events Administrative notes
Contracting Information
Logistics Readiness Center (LRC) Fort Benning Command Brief Army Sustainment Command Review of Fort Benning Full Food
Service Requirement / Performance Work Statement (PWS)

Questions and Answer Session
Break
DFAC Tour

Introductions

Director-Logistics Readiness Center (LRC) Benning.

Chief, Services Division, Support Operations, Army

Sustainment Command (ASC), Headquarters.

Mr. Allan Marble

Mr. John Puls

Mr. Mike Vicory

Director, Installation Readiness Center (Mission Installation

Contracting Command)

1000=1120

1130-1140

1140=1220

1220=1230

1230-1310

1310-1320

1320-1340

1340-1400

1400-1420

1420-1430

1430-1500

1500-1520

1520-1550

1550-1600

1630-1700

1700-1730

Schedule of Events

Event

Site Visit - Observe OSUT meal process and 2600- capacity DFAC operation

Lunch with Briefing Overview / Briefing Two Ranger Camp DFACs

ASC / ACC / LRC Briefs

Travel to DFAC 4320

Travel to DFAC 5140

Travel to DFAC 5021

Travel to DFAC 2745

Site Visit of DFAC 5021 Ranger Training DFAC

Site Visit of DFAC 2745 Main post DFAC for School and permanent party

Travel to DFAC 2943 meal service

Site Visit of DFAC 2943 Tenant Unit with FFS (SIK) (Operational Unit)

Travel to DFAC3009

Site Visit of DFAC3009 Reception DFAC

Travel to DFAC 3200

Site Visit of DF3200 OSUT 1300 Capacity DFAC

Return to Sand Hill Rec Center KO collect questions and release of participating vendors

Administrative Notes

There will be no cameras, audio recordings, or videotaping or other recordings
allowed, except that done by the Government. Cellular phones with cameras are
allowed, but no pictures are permitted to be taken.

Q&A is allowed. When asking a question, please include your Company Name

and your name. We will do our best to address your questions during the event.
We recommend all questions be followed up in writing to the Contracting Office
to ensure they are answered completely and with accuracy.

Remarks and explanations provided by Government representatives during the

site visit shall not change the terms of the RFP. Any change to the RFP terms will
be conveyed through an amendment to the RFP.

We will not be able to address procurement sensitive questions.

Following this site visit, communications should be directed exclusively at the
Contracting Office. DO NOT communicate directly with ASC personnel.

We kindly request that you hold your questions until the conclusion of this brief.

Contracting Information

Installation Readiness Center (IRC):

Location: Fort Sam Houston, TX

IRC was stood up so the MICC can more effectively
promote strategic Army category management
objectives that will optimize support for our Soldiers and
align MICC contract execution with our major mission
partners readiness priorities and lines of effort.

MICC IRC is the strategic contract execution location for
new and follow-on contract awards for Food Service and
Installation Operations and Support requirements (to
include: Base Operations, Minor Construction, Job Order
Contracts (JOCs), Architect and Engineering (A&E)).

IRC will accomplish all pre-award functions through

successful contract award

Post award executed by the local Installation Contracting

Office

Contracting Information

RFP was released on 15 Feb, 2023

Site Visit Scheduled for 1 March

All Technical Questions are due No Later Than (NLT) 8 March 2023, 12:00 PM

Proposals are due 30 March at 12:00 (CST)

Critical Path Milestones:
Discussions (if required): on or about 18 July 2023
Contract Award: on around 30 November 2023

This procurement is a 100% SB set-aside subject to the Randolph-Sheppard Act
(R-SA), which establishes a priority for blind persons recognized and
represented by the State Licensing Agency (SLA)

Please carefully read the the ADDENDUM TO 52.212-1 (Instructions, Conditions,
and Notices to Offerors) and ADDENDUM to 52.212-2 (Evaluation Commercial
Items)

Contracting Information

BASIS FOR AWARD:

Award will be made to a single offeror whose timely offer is deemed
responsible IAW FAR, whose proposal conforms to the solicitation
requirements and whose proposal, judged by an overall assessment of the
evaluation criteria and other considerations specified in this solicitation,
represents the Lowest Priced Technically Acceptable (LPTA) offer, or to the
State Licensing Agency (SLA) under the R-SA priority pursuant to the
procedures outlined below in the provision. The Government reserves the
right to award this effort based on the initial proposal, as received,
without discussions.

Should discussions become necessary, the Government reserves the right to
conduct them. In this event, the KO will establish a competitive range and
will seek Source Selection Authority (SSA) approval.

Contracting Information

EVALUATION FACTORS:

Factor 1: Technical Capability Factor
Subfactor 1: Staffing Plan
Factor 2: Past Performance Factor
Factor 3: Price Factor

Subfactor 1 Staffing Plan. To be considered acceptable, the Offeror shall clearly
demonstrate that their staffing is appropriate to successfully perform the PWS
requirements. Appropriate staffing includes the number of personnel and the labor
mix to successfully perform the PWS requirements. The offerors staffing and
rationale shall clearly demonstrate (1) that the number of staff and the associated
labor type outside of serving times is appropriate to clearly demonstrate successful
completion of the PWS requirements; and (2) the staffing will ensure successful
continuous operations of all PWS tasks during the feeding times (to include as
patrons/units rotate through the facility). Additionally, the Offerors staffing shall
clearly demonstrate they can accommodate fluctuating workloads within a band of
meals, minimize personnel turnover, and allow for cross-training and cross-utilizing of
personnel to perform the requirements of the PWS.

Contracting Information

PRICING:

Important Note on Pricing: Please ensure your pricing proposal is
complete and accurate. Offers received for less than the stated
number of items listed in the pricing schedule, Schedule - Supplies or
Services and Attachment G - FBGA Pricing Matrix 20220412 of the
solicitation will be considered ineligible for award.

Please note the following language, included in error. This will be

removed in the next Amendment.

Any CLIN or SubCLINs provided in Attachment G - FBGA Pricing
Matrix 20220412 of the Solicitation without an estimated
quantity will not be included in the TEP for award purposes.
However, the Unit Prices provided for these CLINs/SubCLINS will be
evaluated for reasonableness and balance.

Contracting Information

SOLICITATION DOCUMENTS:

The following are required for award as a matter of solicitation
compliance, but they are not included in the source selection
evaluation or be considered in the basis for award.

Solicitation, Offer and Award
Supplies or Services and Prices/Costs
Representation, Certification, and Other Statements of Offerors
Exceptions / Assumptions
Mission-Essential Contractor Services Plan
Property Management Plan (PMP)
Subcontracting Plan (Applies to SLA)

UNCLASSIFIED//FOUO

LRC Benning Command Brief
Food Service Industry Engagement
& Site Visit

UNCLASSIFIED//FOUO

1 March 2023

Logistics Readiness Center Fort Benning

Mission:

Provide Responsive, Adaptive Multi-Functional Logistics Supporting the
Training, Mobilizing, Deploying/Redeploying, Sustaining, and Rearming of Forces
within the Fort Benning Area of Responsibility.

Plans & Operations

Maintenance

Supply & Services

Transportation

Deploy/Redeploy Ops Maintain Arm

Equip Feed Move Asset Mgmt

Vision:
A professional, inclusive, value-based organization focused on providing the most effective
and innovative logistics support. Committed to excellence in training support, force
protection, and quality of life.

LRC-Benning Supported Units

Maneuver Center of
Excellence

FORSCOM

USASOC

Armor
School
(USAARMS)

194th AR BDE
1-81st AR RGT
19K OSUT
91A/M AIT
2-15 CAV
19D OSUT
5-15th CAV RGT
19D OSUT
30th AG Reception
316th CAV RGT
1-29 IN RGT
Functional Tng
1-16 CAV
DSTE SPT
3-16 CAV
Functional Tng
Military Advisor
Training
Academy

TRADOC
Capability Mgr

US Army
Infantry
School
(USAIS)

Airborne & Ranger
TNG BDE
4th RTB5th RTB
6th RTB

1-507th Parachute

IN RGT

198th IN BDE
1-19 IN RGT
11B/C OSUT2-19 IN RGT
1-50 IN RGT
2-54 IN BN
2-58 IN BN
11B OSUT

199th IN BDE

2-11 IN RGT
IBOLC
3-11 IN RGT
OCS/DCC
2-16 AR
ABOLC
3-81 AR BN
Provost
Command &
Tactics
DirectorateCombined Arms
Integration Div

197th IN BDE
1-46 IN RGT
11B OSUT
2-29 IN RGT
11B OSUT
2-47 IN RGT
11B OSUT
3-47 IN RGT
11B OSUT
3-54 IN RGT
11B OSUT

Maneuver SR
Leader Course
(SLC)

IN - Advanced
Leader Course
(ALC)
11B / 11C ALC

AR - ALC
19K / 19D ALC
63A/M ALC

Basic Leader
Course (BLC)

TRADOC
Capability Mgr

Support
Operations
Office

Supply and
Services
Division

Fleet Mgmt
Division
Expansion
(FMX)

Training &
Education
Development

Individual &
Systems
Training Division

Doctrine and
Collective Tng
Division
Lessons Learned

Army
Futures
Command

Maneuver Capability
Integration Center
(MCDID)

Soldier Lethality
Cross Functional
Team (CFT)

Maneuver Battle

Close Combat

Lethality Task
Force