The RFP Database
New business relationships start here

Dining Facility Services


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

Contractor shall provide all personnel, supervision, and any items and services necessary to perform full food services at Edwards AFB (EAFB) as defined and accepted in this Performance Work Statement (PWS).  The contractor shall perform all requirements, conform to the professional standards, and follow all applicable instructions and directives as identified by this PWS. Contractor tasks include, but are not limited to, the following: Dining Facility Management, cooking and food preparation; food ordering; garnishing serving lines, holiday decorations, serving and replenishing food; preparing vegetables and fruits for the salad bar, separate cold sandwich deli line, banana split special (sundae bar), potato bar and taco/pasta bar.  The contractor is also responsible for cleaning the facility, maintaining equipment to include the five year plan and utensils; clean and sanitize dining areas as well as performing cashier services. The contractor shall handle foods, supplies, and equipment while maintaining quality control; ensuring operator maintenance and minor/major repair of food service equipment; and in the event of contingency, perform all required tasks to ensure continued service.  The contractor shall update and maintain all data in the Corporate Food System Database as required, as well as perform various reconciliation and maintenance in Net Chef /Café, Stores Web, ESM maintenance and Aloha Enterprise. The contractor is expected to utilize all approaches within the constraints of the contract, to effectively and efficiently accomplish the requirements of this PWS in a timely manner, at reasonable cost and in a fashion, which encourages pride in the work performed.  The contractor is responsible for meeting all standards of the Air Force Golden Eagle Standards and duties listed on AF Form 1038.  The estimated quantities of work are listed in Appendix 2, Workload Estimates. The contractor shall submit all monthly and other reports by the 6th day of every month.  As well as all other documentation as identified throughout this PWS. Requests for such documentations and responses shall be coordinated through the Food Service Officer (FSO) and Contracting Officer's Representative (COR).  This requirement may be considered for the food transformation initiative in the future.  If the dining facility services at EAFB in the future are absorbed by this food transformation initiative these services will no longer be required via this contract vehicle. 


This is a competitive best value source selection in which competing offerors' past performance history will be evaluated on a basis of past performance being approximately equal to price. However, in accordance with the Randolph – Sheppard Act - 34 CFR § 395.33 the State of California's Department of Rehabilitation will be allowed to propose as the State Licensing Authority (SLA) for the Randolph - Sheppard Act. The solicitation is a competitive HUBZone set-aside, but also permits the SLA, which may not be considered a Small Business concern, to participate in the procurement. The priority embodied in the Randolph-Sheppard Act (R-SA) takes precedence over small business preferences. Therefore, if the SLA’s proposal is determined to be in the competitive range and remains so after discussions, in accordance with the R-SA, the Government will award the contract to the SLA. To be in the competitive range a proposal must be technically acceptable and have satisfactory confidence in performance. A neutral past performance rating for a HubZone offeror will suffice for a competitive range determination. The SLA will be required to provide a subcontracting plan to afford small business an opportunity to perform aspects of the requirement. Should the SLA not be eligible for award the remaining offerors will be evaluated in accordance with FAR 52.212-2, “Evaluation - Commercial Items”.


A site visit will be held for this requirement please see FAR 52.212-1 for futher details and instructions on access to the site.

Jenna A. Jacobson, Contract Specialist, Phone 6612772094, Email jenna.jacobson@us.af.mil - Nicholas Gava, Contract Specialist, Phone 661-277-8470, Email nicholas.gava.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP