Oklahoma Bids > Bid Detail

Pre-Solicitation Notice: Ft. Sill, OK Full Food Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159448632685302
Posted Date: Oct 25, 2022
Due Date: Nov 14, 2022
Solicitation No: W5168W-22-R-5001
Source: https://sam.gov/opp/e1a47dcd7f...
Follow
Pre-Solicitation Notice: Ft. Sill, OK Full Food Services
Active
Contract Opportunity
Notice ID
W5168W-22-R-5001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO SAM HOUSTON
Office
W6QM MICC-FDO FT SAM HOUSTON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 25, 2022 04:22 pm EDT
  • Original Published Date: Oct 24, 2022 03:07 pm EDT
  • Updated Date Offers Due: Nov 14, 2022 12:00 pm EST
  • Original Date Offers Due: Nov 14, 2022 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 29, 2022
  • Original Inactive Date: Nov 29, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: M1FD - OPERATION OF DINING FACILITIES
  • NAICS Code:
    • 722310 - Food Service Contractors
  • Place of Performance:
    Lawton , OK 73501
    USA
Description

DESCRIPTION OF THE REQUIREMENT



This is a pre-solicitation notice for the Ft. Sill Full Food Service/Dining Facility Attendant follow on requirement. 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, or received for this effort.



The Army Food program covers the people, processes, and resources involved in feeding Soldiers worldwide. It also provides authorized diners quality meals in an environment that is comparable to first-class commercial cafeterias, such as any of the national chair restaurants that provide full meal service. The Mission and Installation Contracting Command (MICC) – Installation Readiness Center (IRC) has a requirement in support of the Logistics Readiness Center (LRC) – Fort Sill, OK to procure Full Food Services (FFS) and Dining Facility Attendants (DFA) under the Army Food Program for dining facilities at Fort Sill, Oklahoma.



Response to this pre-solicitatin notice 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/PROCUREMENT HISTORY



There is a need for Full Food Service (FFS), Dining Facility Attendant (DFA) and remote site feeding requirements at designated dining facilities at Fort Sill, Oklahoma to satisfy the need for continued services at the conclusion of the current bridge contract W5168W-22-C-0002 period of performance. The requirement is for services at four (4) dining facilities on Ft. Sill, OK. The Contractor shall provide services necessary to perform FFS and DFA at designated DFACs. Services that comprise the full operation of an Army dining facility include, but are not limited to, food preparation, food receiving and storage, food service, field eating, and facility sanitation duties. Dining facilities are staffed entirely by contractor personnel. The Contractor is required to provide all resources to include supervision, labor, personnel, equipment, materials, supplies, and other associated work efforts, except Government Furnished Property (GFP) expendables, to perform activities that comprise FFS and DFA.



The current bridge contract was awarded to Southern Foodserve Management, INC on 26 September 2022 under contract # W5168W-22-C-0002 in the amount of $20,248,818.00. The PoP for the current bridge contract is a six-month base with two (2), three-month option periods. The bridge requirement was required due to the Termination for Cause (T4C) of the previous vendor.



Prior to the current bridge contract awarded under Contract # W5168W-22-C-0002, the previous contract was awarded to Mitchco International, Inc. under Contract # W9124J- 19-D-0012 on 15 May 2019 in the amount of $94,250,932.00. This contract was awarded as an Indefinite Delivery/Indefinite Quantity (ID/IQ) task order contract with Firm- Fixed-Price (FFP) CLINS and awarded as a 100% small business set-aside with priority given to the SLA and their blind vendors. The period of performance for this contract was five (5), one (1) year Ordering Periods. However, the contract has been Terminated for Cause (T4C) due to the failure of the vendor to correct deficiencies annotated within the Cure Notice issued to the vendor by the Ft. Sill LRC.



The NAIC 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 compose the full operation of an Army dining facility and FFS/DFA.



PURPOSE OF THIS PRE-SOLICITATION NOTICE: To request information on capabilities of potential offerors to provide the services described herein. Any recommendations are also encouraged and appreciated. Please note, FFS requirements are subject to both the priority established by the Randolph-Sheppard Act (RSA) and the preferences set out in FAR part 19.



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:



Gary Stevens, Contracting Officer, gary.l.stevens.civ@army.mil



Andrew Graham, Contract Specialist, andrew.s.graham6.civ@army.mil



Your email subject line should reflect: Firm’s Name, Response to the Sources Sought Synopsis for the FFS and DFA requirement at Fort Sill, Oklahoma under solicitation W5168W-22-R-5001. 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 pre-solicitation notice, 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 Unique Entity Identifier (UEI) number. Respondents must also indicate whether they qualify as a Small Business, Service Disabled Veteran, 8(a), Economically Disadvantaged Woman Owned Small Business, Woman Owned Small Business, HUBZone, or Service Disabled Veteran Owned Small Business.



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.




Attachments/Links
Contact Information
Contracting Office Address
  • MICC FSH OFFICE OF THE DIRECTOR 2205 INFANTRY POST ROAD BLDG 603
  • FORT SAM HOUSTON , TX 78234-1361
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >