Oklahoma Bids > Bid Detail

Fort Sill, Oklahoma Full Food Service (FFS) and Dining Facility Attendant

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159855072665806
Posted Date: Aug 31, 2023
Due Date: Sep 5, 2023
Solicitation No: W5168W23C00002
Source: https://sam.gov/opp/2f2db6a53d...
Follow
Fort Sill, Oklahoma Full Food Service (FFS) and Dining Facility Attendant
Active
Contract Opportunity
Notice ID
W5168W23C00002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 31, 2023 04:23 pm CDT
  • Original Response Date: Sep 05, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: M1FD - OPERATION OF DINING FACILITIES
  • NAICS Code:
    • 722310 - Food Service Contractors
  • Place of Performance:
    Lawton , OK 73505
    USA
Description

SOURCES SOUGHT SYNOPSIS



Fort Sill, Oklahoma Full Food Service (FFS) and Dining Facility Attendant





MICC-IRC intends to execute a modification to continue services under the current contract W5168W-22-C-0002 utilizing FAR Clause 52.217-8, Option to Extend Services.





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.



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: 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. The Contractor shall provide quality services in support of the installation food service program supporting the warfighter with flexible, efficient, and cost-effective services through management innovations and use of industry best practices, where applicable, while ensuring compliance with all applicable laws, rules, and regulations.



The NAIC code assigned to this acquisition is 722310, Food Service Contractors, with a corresponding size standard of $47M. 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.



The current contract number is W5168W22C0002. This requirement was a sole source requirement due to urgent and compelling urgency.



PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein. 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.



While not a firm cutoff, providing responses to this announcement no later than 1:00pm CST on 5 September 2023. This 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:



Sam Colton, Contracting Officer, samuel.j.colton.civ@army.mil



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



In response to this source sought synopsis, 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
  • DIRECTOR MICC IRC 2371 INFANTRY POST ROAD
  • FORT SAM HOUSTON , TX 78234-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 31, 2023 04:23 pm CDTSources Sought (Original)

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 >