Vermont Bids > Bid Detail

Full Food Service for VTARNG Regional Training Institute

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159508091871513
Posted Date: Feb 3, 2024
Due Date: Feb 20, 2024
Source: https://sam.gov/opp/1c325236e2...
Follow
Full Food Service for VTARNG Regional Training Institute
Active
Contract Opportunity
Notice ID
W912LN-24-X-0Z9k
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N4 USPFO ACTIVITY VT ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 03, 2024 03:40 pm EST
  • Original Response Date: Feb 20, 2024 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S203 - HOUSEKEEPING- FOOD
  • NAICS Code:
    • 722310 - Food Service Contractors
  • Place of Performance:
    Colchester , VT 05446
    USA
Description

This is a sources sought notice ONLY. The Government has a desire to procure Full Food Service (FFS) support at the Vermont National Guard Regional Training Institute (RTI-VT), located in Colchester, VT. Your responses to the information requested will assist the Government in determining the appropriate acquisition method.



This notice is issued solely for information and planning purposes. It does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB) or a Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the Government to contract for any supply or service. Further, the Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued. If a solicitation is released, it will be posted on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at Sam.gov.



BACKGROUND: A continuing need is anticipated for the FFS requirements at the location listed below. A draft performance work statement is provided.



The contractor shall provide quality full food services in support of the students attending courses conducted at the RTI-VT with flexible, efficient, and cost-effective service. The service outlined encompasses FFS functions, to include food receiving and storage, food preparation, food serving and facility sanitation duties. These services shall be performed to meet FSS at the 124th RTI, Lafayette Building 10, 789 VT National Guard Road, Colchester, VT 05446-3099.



The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, except for Government Furnished Property (GFP) to perform activities that comprise the operation of an Army Dining Facility and FFS.



PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein and to gather information on vendor socieo-economic statuses. 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.



Electronic submissions only: Responses are due not later than the specified date and time to facilitate planning and insure maximum consideration. The email 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.



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 fonts minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No specific 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. Include: whether the experience has been as a prime contractor or subcontractor on similar requirements. Include the services provided, the number of facilities involved and any other relevant information you deem applicable.



The capability package shall be sent by email to the following:



Kimberly Swasey, Contract Specialist at: Kimberly.a.swasey.civ@army.mil



Donald J Luby, Contract Specialist at: Donald.j.luby.civ@army.mil



Your email subject line should reflect: Firm’s Name, Response to Sources Sought Notice for FFS W912LN-24-X-0Z9K.



In response to this sources sought notice, please provide:






  1. A company profile to include name of your firm, point of contact, phone number, email address, CAGE code and Unique Entity ID (UEI). Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone or SDVOSB.

  2. The key tasks you believe need to be accomplished to be successful in an FFS 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 intend to include in meeting this requirement.

  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 (FEB 2023) (Deviation 2021-O0008).

  5. Types(s) / certifications(s) of preposed subcontractors, such as SDB, 8(a), HUBZone, SDVOSB and WOSB.

  6. How the VTARNG can best structure these contract requirements to facilitate competition by and among small business concerns.

  7. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to the acquisition. Please contact Joyce L Merrill, Contracting Officer at joyce.l.merrill.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement and the W912LN POC information from the notice on sam.gov. Provide the specific aspects that unreasonable restrict competition and the rationale for such conclusion.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR VTARNG DO NOT DELETE 789 VERMONT NATIONAL GUARD RD
  • COLCHESTER , VT 05446-3099
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 03, 2024 03:40 pm ESTSources 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 >