United States - Fort Gordon GA requires the contractor to provide Full Food Services (FFS) at four dining facilities at Fort Gordon

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 July 2019
Opportunity publication date
22 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 19, 2019 11:27 am



THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to do a 3 month extension on a contract for Full Food Services at four Army Dining Facilities at Fort Gordon, GA on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran- Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

All offerors are hereby notified that this sources sought is subject to the Randolph-Sheppard Act and the Javits- Wagner-O'Day Act for the operation and management of military dining facilities. The proposed sole source firm fixed price contract to Georgia Vocational Rehabilitation Agency for Full Food Services at Fort Gordon for a six month period of performance. The period of performance of  1 August 2019 to 31 October 2019 with an option to extend for an additional 3 months.  The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). A draft PWS is attached.

 

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 722310, $38.5M.

 

In response to this sources sought, please provide the following information to MICC, Mission and Installation Contracting Command, Fort Gordon, GA by 12:00 Noon, EST, ATTN: Tara McAdoo, Contract Specialist tara.l.mcadoo.civ@mail.mil.

 

Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


 

Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.


 

Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.


 

Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.


 

Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


 

Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.


 
Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Opportunity closing date
24 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army MICC - Fort Gordon United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?