Food Service for Rocky Mountain Detention Facility

expired opportunity(Expired)
From: Federal Government(Federal)
140A1619Q0230

Basic Details

started - 24 Jun, 2019 (about 4 years ago)

Start Date

24 Jun, 2019 (about 4 years ago)
due - 24 Jul, 2019 (about 4 years ago)

Due Date

24 Jul, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
140A1619Q0230

Identifier

140A1619Q0230
Department of the Interior

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64325)BUREAU OF INDIAN AFFAIRS (10041)CENTRAL OFFICE (7334)
[object Object]

SetAside

ISBEE(Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior))
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 IS AN INDIAN SMALL BUSINESS ENTERPRISE SET ASIDE: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. 140A1619Q0230 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This acquisition is for an Indian Small Business Enterprise Set-Aside. NAICS Code: 722310. BIA Office of Justice Services Food Service Management Provider - Detention Programs Statement of Work Description of need: The Bureau of Indian Affairs (BIA) Office of Justice Services (OJS) requires a Food Service Management Provider that will provide food services and food service management at the BIA OJS Rocky Mountain Regional
Detention Facility (RMRDF) located in Hardin, Montana. The services will be provided in the RMRDF kitchen which is approximately 5,014 + square feet comprised of a staff breakroom, general kithen area and a dishroom. The kitchen has two (2) walk-in coolers, two (2) walk-in freezer, dry storage room, a storage room and a laundry room. The kitchen area will need full management services. Statement of work: The contractor shall provide the personnel and equipment to provide services to include preparing and servicing daily meals to include breakfast, lunch and dinner to the inmates and providing the safety and sanitation services, menu preparation, registered dietician, provide food products and supplies necessary to implement the food program, provide training, special meals, account for inventory receive and process products as required. The contractor shall follow the food service standards as set forth the by the BIA OJS Corrections Handbook and the BIA Adult Detention Facility Guidelines, therefore the successful bidder will follow these standards and guidelines. Please see Attachment A. The contractor shall oversee all the technical management services of to include, but not limited to: recipe and menu planning, dietician¿s certification, menu nutritional analysis, menu cost analysis, ordering of food and supplies, preparing for and participating in food service inspections, environmental health inspections, and safety and sanitation inspections, sanitation and cleaning plans, climate controlled warehousing, maintain refrigerated coolers and food service training to meet the same basic certifications as the Food Service Management Provides its own employees. The BIA-OJS will employ and supervise two cooks and two food service workers assigned to meal preparations, sanitation and cleaning duties as well as documentation of duties. The contractor will not supervise the employee¿s however, the management will provide guidance to the BIA OJS food service employees to managing the kitchen. The BIA OJS shall provide a supervisor to work collectively with the contractor for the BIA OJS employee¿s. The contractor shall provide nutritional and healthy foods that meet or exceed nationally recognized standards in a safe and sanitary environment. A registered dietician reviews dietary allowances at least annually to ensure compliance with nationally recommended food allowances. The contractor shall provide an 8 week menu cycle. The contractor shall provide record keeping to meet all U.S.D.A requirements and BIA Detention Handbook with regard to inventories, invoices, temperature readings, storage and menu productions and provide record keeping for food, supplies, inventory and equipment. The contractor shall develop and provide training to food services personnel in safe utilization and storage of food items, general safety food preparation practices, and annual food handlers training course. The food service provider shall provide a quality control plan to include: Assurances that the food meets Federal Drug Administration under provisions of Federal Food, Drug and cosmetic Act. Assurances that the food products meet USDA and FDA Inspection and applications. Plan for unacceptable food products. The contractor will ensure that kitchen equipment is properly maintained. Staff are trained in using the equipement. Work tickets are reported in timely manner on equipement in need of service. Inventory shall be kept on the property. Inventory will be monitored and kept with the kitchen shadow board with knifes and utensils. The facilities will be provided to the food service provider. The facilities will be properly cleaned and prepared for inspections from the state, county and federal government. The contractor shall provide hours of operation seven days per week, Monday through Friday. They will provide food preparations and daily cleaining and sanitiation and accountability set forth in the agreement. The contractor shall keep records and provide monthly reports to include: how many meals provided, monthly cost per meal data, current price lists for all items on the menu showing grade items and cost per item, traning provided to the employee, special meals and special themed meals per holiday, health and safety hazzards, inpections, and any sugestions for improvement. The facility is new and will build up its correctional officers in phases. As these phases progress the number of inmates will increase. The following depiction of the phases estimates the number of inmates in alignment with the life-cycle of the contract Phase I 50-100 inmates Base year Phase II 100-200 inmates Option year 1 & Option year 2 Phase III 200-300 inmates Option year 3 Phase IV 300-400 inmates Option year 4 END of SOW BASE YEAR QUOTE LINE ITEMS: (Please provide a breakdown of total cost) Services: 12 Months at $_______per month = $__________________ Total Price for the Year = $______________________ OPTION YEAR 1 QUOTE LINE ITEMS: (Please provide a breakdown of total cost) Services: 12 Months at $_______per month = $__________________ Total Price for the Year = $______________________ OPTION YEAR 2 QUOTE LINE ITEMS: (Please provide a breakdown of total cost) Services: 12 Months at $_______per month = $__________________ Total Price for the Year = $______________________ OPTION YEAR 3 QUOTE LINE ITEMS: (Please provide a breakdown of total cost) Services: 12 Months at $_______per month = $__________________ Total Price for the Year = $______________________ OPTION YEAR 4 QUOTE LINE ITEMS: (Please provide a breakdown of total cost) Services: 12 Months at $_______per month = $__________________ Total Price for the Year = $______________________ The current Department of Labor Wage Determination is hereby incorporated for the base year and will be updated for every option year exercised. Wage Determination No: 1996-0305 Revision No: 38 Date of Revision: 12/26/2018 All Department of Labor Wage Determinations can be viewed by visiting the following website https://www.wdol.gov/sca.aspx FAR 52.212-02: Evaluation -Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weigh more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance Factor I - Technical Capability quote for a Food Provider Services, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW. b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW. d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for a Food Provider Services, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project. b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. c) Submit a resume, certificates, and licenses, along with a letter of commitment for all key personnel. Factor III - Past Performance for a Food Provider Services, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Complete and submit Appendix I. APPENDIX I: Past Performance Questionnaire 1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what was done fix it? 11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How was the technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Past efforts with the any other agency? 16. The company's strong points? All Contract Clauses and provisions incorporated in this solicitation can be read in full text by visiting the following websites or may be requested from the Contracting Officer: http://farsite.hill.af.mil http://www.arnet.gov/far CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.213, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR52.217-6 Option for Increased Quantity; FAR52.217-7, Option for Increased Quantities-Separately Priced Line Items; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive,DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.250-4) are required to be considered for award. The RFQ is to be submitted to John Fife by email at john.fife@bia.gov. Any further questions regarding this announcement may be directed to John Fife, Contract Specialist, via email. ALL QUESTIONS PERTAINING TO THIS SOLICITATION MUST BE SUBMITTED TO JOHN FIFE VIA EMAIL TO john.fife@bia.gov NO LATER THAN 18 JULY 2019. All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.

Bureau of Indian Education (BIE) Acquisitions Business Support Center 12220 Sunrise Valley Drive Reston VA 20191 USLocation

Place Of Performance : Bureau of Indian Education (BIE) Acquisitions Business Support Center 12220 Sunrise Valley Drive Reston VA 20191 US

Country : United StatesState : Virginia

You may also like

FOOD SERVICES FOR ROCKY MOUNTAIN DETENTION CENTER LOCATION: HARDIN, MT

Due: 31 Oct, 2024 (in 6 months)Agency: BUREAU OF INDIAN AFFAIRS

ELECTRONIC SECURITY SYSTEM FOR ROCKY MOUNTAIN REGIONAL DETENTION FACILITY

Due: 30 Jun, 2024 (in 2 months)Agency: BUREAU OF INDIAN AFFAIRS

CELLULAR PHONE SERVICES ROCKY MOUNTAIN DETENTION FACILITY

Due: 30 Nov, 2028 (in about 4 years)Agency: BUREAU OF INDIAN AFFAIRS

Please Sign In to see more like these.

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

Classification

722 -- Food Services and Drinking Places/722310 -- Food Service Contractors
naicsCode 722310Food Service Contractors
pscCode MOPERATION OF OTHER EDUCATIONAL BUILDINGS