Full Food Services, Military Correctional Complex, Ft. Leavenworth, KS

expired opportunity(Expired)
From: Federal Government(Federal)
W5168W-22-R-0004

Basic Details

started - 01 Sep, 2022 (20 months ago)

Start Date

01 Sep, 2022 (20 months ago)
due - 30 Sep, 2022 (19 months ago)

Due Date

30 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
W5168W-22-R-0004

Identifier

W5168W-22-R-0004
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708398)DEPT OF THE ARMY (133020)AMC (72584)ACC (74959)MISSION & INSTALLATION CONTRACTING COMMAND (25818)FDO SAM HOUSTON (2801)W6QM MICC-FDO FT SAM HOUSTON (564)
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.

This notice is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought Synopsis. This office does not intend to award a contract on the basis of this Sources Sought Synopsis or reimburse respondents for information solicited and provided. No funds have been authorized, appropriated, orreceived for this effort.Response to this SSS does not guarantee or exclude your participation in the forthcoming acquisition process. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. All submissions will become Government property and will not be returned.BACKGROUND:  A continuing need is anticipated for the food service requirements at the following location:  Fort Leavenworth,
KS.  The Government currently does not have a contract in place to perform this requirement.  The services are currently being performed by military personnel and military inmates.  The Contractor shall provide the appropriate amounts of qualified labor and management necessary to perform quality Full Food Service (FFS) ordered under this Indefinite Delivery Indefinite Quantity (IDIQ) contract in a cost effective, safe and environmentally sound manner while abiding by DoD nutritional policies and Army Feeding standards.  This support will focus primarily on: dining facility management functions, food receiving and storage, food preparation, food serving, and facility sanitation and janitorial duties, and the associated logistics analysis and management functions in support of the Ft. Leavenworth, KS Correction Command Food Service mission.The Government seeks to procure support services which include:Contractors perform DFAC mission with main focus of management, administration, rations, training of inmates and serving.Trainers with cooking experience train a shift of inmates, 3 at the JRCF (9 total as they rotate), 4 at the USDB (12 total), to prepare three meals per day for the inmate populations. These meals are prepared under current Army regulatory requirements and must meet the requirements to be served to the inmate populations. This is a 365 day per year requirement.  The contractor under the guidance of the trainer will manage the Department of Labor certification for a cook in which they will determine when the inmate has met required competencies. The DOL certification will be provided by the Government and returned to the government as the inmates progress and complete the task.As inmates complete their requirements, the government will rotate inmates into and out of the training program to ensure the contractor’s trainers always have a mission.The inmates will have the ability to utilize utensils that are sharp which will be issued and accounted for by the government. These tools will be tethered by the government to a secure object.The Contractor shall provide quality services in support of the installation food service program that supports the facility inmates and staff with flexible, efficient and cost-effective service. The service outlined in this requirement encompasses Dining Facility Management functions, food receiving and storage, food preparation, food serving, facility sanitation duties and the associated logistics analysis and management functions in support of the USDB and MWJRCF FFS mission. Performance criteria for overall Dining Facility duties fall under Contractor responsibilities. The Contractor shall provide all supervision, labor, personnel, equipment, materials and supplies exception of Government Furnished Property (GFP), to perform activities that comprise the full operation of an Army Dining Facility.  It includes, but is not limited to, requisitioning, receiving, storing, preparing, and serving of food.  Also, included is the performance of related administrative, custodial, safety and security of inmates and staff and sanitation functions, in the Dining Facilities. They promulgate both existing and maturing concepts, responsibilities, policy, and implementing procedures.  The Contractor shall perform to the standards in this contract.The NAICS code assigned to this acquisition is 722310, Food Service Contractors, with a corresponding size standard of $41.5M.  The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP), to perform activities that comprise the full operation of an Army Dining Facility and Full Food Services.PURPOSE OF THIS SOURCES SOUGHT:  To request information on capabilities of potential offerors to provide the services described herein to determine if the main focus of management, administration, rations, training of inmates and serving can be obtained at the Ft. Leavenworth Military Corrections Command Disciplinary Barracks. While not a firm cutoff, providing responses to this announcement no later than 12:00pm CST on 30 September 2022 will facilitate planning and ensure your capability receives maximum consideration.  Only electronic submissions will be accepted. Interested business concerns should provide a brief capabilities statement package (submissions are limited to no more than 15 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement.  A generic capability statement is not acceptable.  No particular format is mandated.  The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable.  The capability package shall be sent by email to the following:Andrew Graham - Contract Specialist at email: andrew.s.graham6.civ@army.mil andGary Stevens at email: gary.l.stevens.civ@army.mil.Your email subject line should reflect: Firm’s Name, Response to the Sources Sought Synopsis for the Full Food Service or Cook Support Service at Fort Leavenworth, KS Corrections Command W5168W-22-R-0004.  Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line.  The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions.  DO NOT SEND ZIPPED files as the Government’s network will remove all zipped files. In response to this sources sought, please provide:1.  A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and UEI number.  Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB. 2.  What you believe are the key tasks you believe need to be accomplished to be successful in a Full Food Service operation.  In essence, what key tasks should be used for determining minimum capability to provide these services? 3.  Whether your firm is interested in competing for this requirement as a prime contractor.  If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in operating a dining facility and providing comparable services.  Ensure the information is in sufficient detail regarding previous experience in managing full food service operations (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided (food prep, facility attendants, custodial, etc.), the number of meals typically served, the number of facilities involved, and any other relevant information you deem applicable).  If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.    4.  What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors?  Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2021-O0008).“Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.  An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.5.  Type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB).6.  Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.).7.  How the Army can best structure these contract requirements to facilitate competition by and among small business concerns.8.  Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the Mission Installation Contracting Command (MICC) Advocate for Competition, Scott Kukes at email:  scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the notice on sam.gov.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Fort Leavenworth ,
 KS  66027  USALocation

Place Of Performance : N/A

Country : United StatesState : KansasCity : FT LEAVNWRTH

You may also like

Operation of Full-Service Home-Delivered Meals Program

Due: 10 May, 2024 (in 14 days)Agency: Montgomery

USCG SECTOR SAN DIEGO FULL FOOD SERVICE

Due: 31 May, 2024 (in 1 month)Agency: U.S. COAST GUARD

MESS ATTENDANT SERVICES AT US COAST GUARD MARINE SUPPORT UNIT (MSU) PORTLAND, OR

Due: 30 Sep, 2025 (in 17 months)Agency: U.S. COAST GUARD

Please Sign In to see more like these.

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

Classification

naicsCode 722310Food Service Contractors
pscCode M1FDOPERATION OF DINING FACILITIES