FOOD SERVICE AND DELIVERY

expired opportunity(Expired)
From: Federal Government(Federal)
DOIAFBO200064

Basic Details

started - 25 Mar, 2020 (about 4 years ago)

Start Date

25 Mar, 2020 (about 4 years ago)
due - 08 Apr, 2020 (about 4 years ago)

Due Date

08 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
DOIAFBO200064

Identifier

DOIAFBO200064
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64276)BUREAU OF INDIAN AFFAIRS (10036)INDIAN EDUCATION ACQUISITION OFFICE (4689)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT The Department of the Interior (DOI), Bureau of Indian Affairs (BIA) is seeking qualified sources to provide Food Delivery and Food Services to be used by the Department of the Interior, Bureau of Indian Education School for their BIE Schools, in accordance to the statement of work. Statement of work: The DOI, BIA enters into the Blanket Purchase Agreement (BPA) for the Department of the Interior (DOI), Bureau of Indian Education (BIE) for the purpose of providing Food Product and Food Services to BIE Schools. The following BPA terms and conditions apply: I. FOOD DELIVERY Deliver of the food items shall be made to each school locations. II. FOOD SERVICES - The contractor shall provide the following services: A. Registered Dietitian. B. Menu development C. Provide food products (bakery, dairy, meat, other food products) and supplies necessary to implement the food service program. D. Provide training in the area of food preparation and food services E. Make available all
food items for special needs, i.e., home economics instructional program special meals, etc. F. Serve breakfast, lunch and dinner meals, and it may vary from school to school, depending if the school has day student attendance, is a residential boarding school, or a combination of residential and day student attendance. G. Receive, warehouse, account for, and equitably distribute all allocated and bonus commodities that are available to the schools. H. Process any and all allocated or bonus commodities as requested by each Contracting Officer's Representative (COR) III. Record Keeping - The Contractor shall: A. Develop a record keeping system to meet all U.S.D.A. requirements in terms of inventories, invoices, menu production records, etc., as required for school commodity and meal reimbursements program through U.S.D.A. The record keeping system must be accurate and acceptable to U.S.D.A. as well as the cook foreman. The Contractor will train kitchen managers in the use of the record keeping system. The Contractor shall receive, warehouse, and distribute all U.S.D.A. commodities available to the schools in a manner acceptable to U.S.D.A. The Contractor shall serve as coordinator and liaison to the U.S.D.A. for the BIE Schools. B. The Contractor shall develop and provide training to the school food services personnel in safe utilization and storage of food items, and in general safety food preparation practices at the school sites. Training will be coordinated with the local environmental Control Officer where the school is located. Training shall be required in the follow areas: 1. Preparation of menu items and other special ordered food items; 2. Food Supply inventory and food supply management; 3. Order and control procedures for use by school personnel; 4. Food utilization and cost/price and quality/price effective ordering; 5. Utilization of all grading labels, processes, related qualities, and prices on every menu item; 6. A system to be used by each school for budget planning and improvement purposes; 7. All rules, guidelines processes, and procedures relating to the USDA Breakfast and Lunch Program to ensure no loss of funds due to inaccurate system or paperwork; 8. Menu modification to meet student needs and/or student requirements. This will be completed on an individual basis; 9. Integration of commodity program with the regular food program; and 10. All training plans shall include the following specific areas: a. Needs Assessment activities b. Training dates, locations c. Outline of training methodology d. Individual responsible for training and his/her qualifications e. Training shall be provided by the Contractor on both an on-call and regular basis and shall be coordinated through the Contracting Officer¿s Representative (COR) IV. Contractor Personnel ¿ The contractor shall: Provide a registered dietitian as part of the regular support to the program. The Dietitian shall develop menus, in consultation with school administration and their food service staff, to assure that all menus meet the breakfast and lunch dietary requirements of the USDA Meal Reimbursement Program. The Dietitian and all the contractor administrative personnel who are involved in the performance of this contract must be able to read, write, speak and understand English. V. Dietitian Services: The contractor shall provide the following dietitian services: A. The Dietitian shall provide to each school a list of food items menu options, with food item grade level options and the prices for each grade level, for individual school required type of meals of breakfast, lunch and dinner. B. From the menu options, in consultation with the COR¿s and school personnel, the contractor shall establish a 6-week menu cycle. Consideration shall be given to the appropriate grade and age levels of the student population at each school location. C. The Dietitian shall submit the school¿s monthly menu for final review one month in advance of the actual serving. Modification of the menus may be made by the school in consultation with the Contractor within 5 workdays prior to delivery. D. Menus shall meet the requirements of the USDA Meal Reimbursement Program for breakfast and lunch. The dinner menu shall meet or exceed the lunch nutritional requirements of the USDA Meal Reimbursement Program. E. Develop food issue factors for menu items and shall quantity issue for delivery for each school¿s weekly order. F. Fill any order received for any food items on the Contractor¿s price list, or any item that the Contractor stocks, at standard contracted percentage at the time of the next schedule delivery subject to 5 workdays notice prior to delivery. G. Make available all food items for special needs, i.e. home economics, special meals, etc. at the same percentage mark-up as any regular menu item subject to 5 workdays notice prior to delivery. H. Deliver fresh produce at the stage of ripeness as required by the menu and as ordered. VI. Quality Control: The contractor shall provide a Quality Control Plan (QCP) that contains, at a minimum, the items listed as follows: A. All products shall meet applicable statures promulgated by the Federal Drug Administration under the provision of the Federal Food, Drug and Cosmetic Act. B. The contractor shall assure the all food products meet applicable USDA and FDA Inspection and application Federal Specifications. C. Unacceptable and undelivered food items: The contractor shall replace unacceptable and undelivered food items within 48 hours following notification to the contractor, at no cost to the BIE Schools. The contractor shall pick-up and/or give credit on any food item, which was delivered in damaged condition (which is to be returned in the same condition in which the item received). D. The contractor shall maintain all delivery vehicles and warehouse facilities to meet environmental and safety standard requirements and shall provide certification of regular sanitary and environmental inspection to the Contracting Officer and his representative upon demand and inspection. VII Facilities/Equipment: The contractor shall: A. Provide refrigerated loading docks and warehouse space to hold all food items at industry specified temperature levels. B. Climate controlled warehousing of produce items allowing produce to be supplies to each school peak quality and ready for use as ordered and required. C. Refrigerated delivery vehicles, which insure delivery of all items in the same condition as when loaded at the Contractor¿s warehouse. D. Adequate food supply levels at Contractor¿s warehouse to assure ready supply of all regular menu items during time in which supply levels generally might be otherwise affected by labor dispute, strike, or other unforeseen circumstances. E. Records of all billing for each school. Records shall be available upon request of the school principal for program planning purposes or to the Contracting Officer and/or COR. F. Records, invoices, and systems how all commodity items are accounted for distribution. VIII Hours of Operation: The contractor shall perform the services in coordination with the School Calendar for each individual school. Delivery of food products/items shall be scheduled and delivered as established per school by 3:30 p.m., local time, Monday through Friday. No deliveries shall be made on Holidays or weekends. IX Records/Reporting: The contractor shall submit a monthly operations report to the COR within 10 working days at the end of each month. The report shall include at a minimum the following: A. Monthly cost per meal data; B. Current price lists for all items available for menu selection showing all grade levels and the price per item; C. Training provided to employees D. Special theme meal presentation in observation of holiday (Thanksgiving, President¿s Day, etc.) E. Notations on health or safety hazards; and F. Suggestions for improving the food service program. X Property: The contractor shall provide all the management, tools, equipment and labor necessary to ensure that the requirement for the food service program are implemented and maintained throughout the period of performance of the contract. END OF SOW Interested firms must be able to provide the delivery of food and all the requested services per the SOW and are invited to respond to the source sought announcement by providing information as follows: (1) Company name, address, telephone and fax number; (2) Capability statement and relevant experience in performing similar scope of work within the last five years, contract numbers, contract values, brief description of work, name of Government (Federal) Agency point of contacts, addresses, and current telephone and fax numbers; (3) valid Dun and Bradstreet number; (4) copy of SAM registration; (5) U.S. General Service Administration ¿ GSA Schedule Number with copies of the signed contract agreement and modifications; and (6) copies of sign contract agreements and modifications from other established sources for Federal Agencies to place orders under the Indefinite Delivery Indefinite Quantiles Contracts, Blanket Purchase Agreements, and Basic Order Agreements. BIA will not pay for any information submitted for the cost incurred associated with providing the information. This announcement is not a solicitation at this time. Written information is due at the Department of the Interior, Bureau of Indian Affairs, and Division of Acquisition, by via email to Kathleen.martin-asburay@bia.gov, by 17:00 pm (Central Standard Time) close of business, April 8, 2020. Faxed copies of the written information will not be accepted. Any further questions regarding the sources sought notice may be directed to Kathleen Martin-Asburay, Contracting Officer, at Kathleen.martin-asburay@bia.gov.

1011 INDIAN SCHOOL RD. SUITE 352I  Albuquerque , NM 87104  USALocation

Place Of Performance : 1011 INDIAN SCHOOL RD. SUITE 352I Albuquerque , NM 87104 USA

Country : United StatesState : New Mexico

You may also like

FOOD SERVICE SMALL EQUIPMENT - BID #24-0404

Due: 16 May, 2024 (in 20 days)Agency: Sarasota County School District

Food Service Operator

Due: 03 May, 2024 (in 7 days)Agency: Contra Costa County, CA

Restaurant, Fast Food and Catering

Due: 31 May, 2024 (in 1 month)Agency: Wylie Independent School District

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 311999All Other Miscellaneous Food Manufacturing
pscCode 89Dairy Foods and Eggs