The RFP Database
New business relationships start here

Galley Services for U.S. Naval Hospital Guam, Guam M.I.


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

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.  The intent of this notice is to serve as a PRE-SOLICITATION SYNOPSIS ONLY.  The Solicitation will be issued under N40192-19-R-9201 and is expected to be available on or around Friday, 23 August 2019 at https://www.fbo.gov. The estimated proposal due date shall be at least 30 days after the Request for Proposal (RFP) is posted.

This is a competitive procurement for Women-Owned Small Business (WOSB) for a Single-Award, Firm-Fixed-Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract under NAICS 722310 - Food Service Contractors.
The proposed contract is a performance-based acquisition for the contractor to provide all labor, management, supervision, tools, material, and equipment necessary to operate and manage galley services for the U.S. Naval Hospital, Guam, M.I. Contractor will be responsible for providing nutritious meals (regular and therapeutic-diet) of varied menus to patients, hospital staff and eligible personnel.  Services include but are not limited to: obtaining food and related supplies, meal planning and preparation, galley setup, meal services (including take out services), cash and credit collection and handling, cleaning and maintenance of equipment and maintaining proper sanitation of the galley facilities. This requirement includes a clinical aspect involving the preparation of therapeutic diet meals and nutrition formulas for hospital inpatients that meet the dietary requirements of the Nutrition Care Manual and NAVSUP P-486. In addition, this requirement includes nutrient analysis for all inpatient menus that include, but are not limited to, regular, therapeutic (diabetic/cardiac/renal), pediatric, clear liquid, full liquid and other texture modified menus and conducting test trays to ensure inpatients are provided therapeutic diet meals that meet or exceed hospital guidelines, standards, and regulations. Contractor is to provide effective management, operational controls, and provide qualified personnel ready to provide galley services to galley patrons. The outcomes of this acquisition are consistent with FAR 37.101 definition of service contracts. The Performance Work Statement (PWS) will be posted with the solicitation.

 This acquisition will be solicited as a competitive Women-Owned Small Business (WOSB) procurement. The Government will only accept offers from qualified WOSB. All other small business concerns are deemed ineligible to submit offers. In order to qualify as a WOSB contractor, companies must meet the requirements and steps listed at the Small Business Administration (SBA) webpage at https://www.sba.gov/federal-contracting/contracting-assistance-programs/women-owned-small-business-federal-contracting-program and have current registration in the System for Award Management (SAM) database.

The contract period of performance will be a maximum of 60 months (Base Period and four (4) Option Periods of twelve (12) months each). Full performance is expected to commence on 01 January 2020.

The North American Industry Classification System (NAICS) Code for this acquisition is 722310 - Food Service Contractors, with a corresponding small business size standard of $38.5 million.

This is a best value source selection procurement requiring both non-price and price proposals. Award of a contract shall be made to the responsible Offeror whose proposal, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. Evaluation factors will be set forth in the solicitation. The Government intends to award a contract without conducting discussions; therefore, the Offeror's initial proposal shall contain its best terms from a price and non-cost/price standpoint.  The Government reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government.

Pre-proposal conference and Site Visit will be held as follows (Time and Location to be confirmed via Solicitation):

Pre-Proposal Conference - Wednesday, September 04, 2019

Site Visit, U.S. Naval Hospital Guam - Wednesday, September 04, 2019

If you're interested in attending, please email jake.blas@fe.navy.mil and rosario.hocog@fe.navy.mil no later than 3:00 pm, Monday, 19 August 2019 (Chamorro Standard Time, CST). THERE IS A MAXIMUM OF THREE (3) INDIVIDUALS PER COMPANY. Keep in mind that all site visit information will need to be submitted to the Government about two days after the issuance of the RFP.

The RFP will be posted on the Federal Business Opportunities (FBO) website, https://www.fbo.gov and can be downloaded free of charge. The RFP is available in electronic format only. Amendments and Notices will be posted on FBO for downloading. This will be the normal method of distributing amendments, therefore, it is the OFFEROR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION.

The Acrobat Reader, required to view the PDF files, can be downloaded free of charge form the Adobe website. Paper copies of the solicitation, amendments, and applicable documents will not be provided. All technical/contractual questions must be submitted in writing to: Jake Blas at jake.blas@fe.navy.mil, and Rosario Hocog at rosario.hocog@fe.navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification, as applicable.

To be eligible for contract award, offerors must be registered in the DoD System for Award Management (SAM).  Register via the SAM website http://www.sam.gov. ; All prospective offerors interested in submitting a proposal must have a valid Government Entity (CAGE) code.

IMPORTANT NOTICE: Offerors are required to register in the System for Award Management (SAM) database via the website https://www.sam.gov and have a registered DUNS number prior to award. Reference is made to DFARS Clause 252.204-7004, Alternate A, System for Award Management.  Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an Offeror ineligible for award of DOD contracts.


Jake Onedera Blas, Contract Specialist, Phone 6713332942, Email jake.blas@fe.navy.mil - Rosario M. Hocog, Contract Specialist, Phone 6713391143, Email rosario.hocog@fe.navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP