The RFP Database
New business relationships start here

Commercial Kitchen Equipment Maintenance & Repair Services


Colorado, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Title:  Commercial Kitchen Equipment Maintenance & Repair Services

 

This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy (USAFA).  This sources sought is issued solely for information and planning purposes and does not constitute a solicitation.  DO NOT submit a quote or proposal in response to this synopsis.  For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 811310 and the size standard is $7,500,000. 

 

The purpose of this notice is to identify businesses, in particular small businesses in socio-economic categories, capable and qualified to perform non-personal services to maintain and repair equipment in a Government-owned dining facility at the U.S. Air Force Academy.  All businesses capable of providing this service are invited to respond.  Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. 

 

Synopsis:  The contractor shall be responsible for all management, tools, supplies, equipment, and labor necessary to maintain and repair the kitchen, food service, and materials handling equipment in accordance with the Performance Work Statement (PWS).  In addition, the contractor shall provide maintenance on all equipment in accordance with manufacturer’s recommendations and standard commercial practices.  Services shall be performed on, but not limited to, equipment listed in the PWS.  New equipment shall be maintained as part of this contract after warranty periods have expired.  The total quantity of equipment may vary by 5% during the life of the contract.  The contractor is also responsible for maintaining a “bench stock” of parts to perform on-the-spot emergency repairs and preventative maintenance.  Such parts may consist of regularly used items such as thermostats, valves, electrical plugs, knobs and dials, belts and chains, hoses, and nozzles.  The contractor is also responsible for any consumable items used.  Such items may include, but are not limited to, nuts, bolts, screws, small electrical fittings such as wire nuts and connectors, solder and/or flux, oil, grease, refrigerant gases, and cleaning/shop supplies.     

 

Place of performance:  Mitchell Hall, USAF Academy, Colorado Springs, CO 80840

 

The proposed contract is anticipated to be a Firm-Fixed Price contract with a base period of one year with up to four option years (1 May 2018 through 30 April 2023). 

 

All potential offerors are reminded, in accordance with FAR 52.212-4(t)(4), System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award.  Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through http://www.sam.gov. ; Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary.  The Government will not pay for any information submitted in response to this sources sought synopsis.    

 

If you are a potential source interested in participating in this procurement, please submit a written response with your capability statement on letterhead to one the following: 

 

Mail:  10 CONS/PKB, Attn: Diana South and Shaun Bright, 8110 Industrial Dr., Suite 200, USAF Academy, CO  80840-2315

 

-or-

 

E-mail:  shaun.bright@us.af.mil and diana.south@us.af.mil

 

Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary and the Government does not intend to pay for any information provided under this synopsis.  Written responses will not be returned.  If you are not interested in supplying this service, no response is necessary.

 

Responses should also include the following:

 

1.  Company name, mailing address, CAGE code, DUNS number, point of contact, telephone number, and email address.

 

2.  Business size status, e.g., 8(a), HUB Zone, Woman Owned Small Business, Service Disabled Veteran-Owned Small Business, small business, large business, etc.

 

3.  Appropriate written information and/or data supporting your capability to provide this service.

 

4.  Answers to the following questions:

 

a.  How long have you been in business?

 

b.  Have you managed the maintenance of a dining facility in the past?

 

c. Do you have any special business arrangements to perform this type of service (e.g., joint venture, partnership, subcontracting, etc.)?

 

d.  Do you have a quality control plan in place or an on-going preventative maintenance program?

 

e.  Have you ever performed Government contracts?

 

f.  What are your payment/discount terms (i.e., NET 30)?

 

g.  What would you consider “risk” on the contractor’s part for this acquisition?

 

h.  What is your process for emergency repairs?

 

i.  Are you able to be on site 5 days a week? Are you able to be on call on the weekends?

 

j.  What is your commercial practices for maintaining kitchen equipment?

 

j.  Can you price out the contract for a base year and four options years?

 

k.  If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions?  Please feel free to provide a copy of your terms and conditions for this type of work.

 

l.  What is your estimated cost for this requirement (per year)?  You will not be held to this price, it is only for market research purposes.

 

This notice is designed to locate responsible sources that have an interest, and have the ability to manage, repair, and maintain kitchen equipment at the USAF Academy Hitchell Hall Dining Facility.  If your organization is capable and qualified to provide these services, send the required response in writing to the primary point of contact indicated within this announcement.  Responses are due no later than 31 October 2017, 4:00 p.m. MDT.  Questions and responses should be addressed to the primary contact, Shaun Bright, Contracting Specialist, 719-333-3600 or shaun.bright@us.af.mil or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.south@us.af.mil.

 

AFFARS 5352.201-9101 OMBUDSMAN (JUN 2016)


(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition.  When requested, the ombudsman will maintain strict confidentiality as to the source of the concern.  The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.  Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes.  The ombudsman may refer the interested party to another official who can resolve the concern. 

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution.  Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen,

 

James Anderson

8110 Industrial Drive, Ste 103

USAFA, CO 80840

Telephone number 719-333-2074

FAX 719-333-9018

email:  james.anderson@us.af.mil

 

Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.

 

(d) The ombudsman has no authority to render a decision that binds the agency. 

 

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements.  Such inquiries shall be directed to the Contracting Officer. 

 

(End of clause)

 

 

 

 


Shaun M. Bright, Contract Specialist, Phone 719-333-3600, Fax 719-333-9075, Email shaun.bright@us.af.mil - Diana Myles-South, Contracting Officer, Phone 719-333-8650, Fax 719-333-9075, Email Diana.South@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP