Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOURCES SOUGHT

S -- Sources Sought Notice for Cafeteria and Concession Services at the United States Merchant Marine Academy

Notice Date
10/13/2021 12:18:18 PM
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
693JF7 DOT MARITIME ADMINISTRATION WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
693JF722R000001
 
Response Due
10/28/2021 1:00:00 PM
 
Archive Date
11/12/2021
 
Point of Contact
Juebiline Mbandi, LaChelle Johnson, Fax: 2023663237
 
E-Mail Address
Juebiline.Mbandi@dot.gov, lachelle.johnson@dot.gov
(Juebiline.Mbandi@dot.gov, lachelle.johnson@dot.gov)
 
Description
Sources Sought for Cafeteria/Concession Services at USMMA This Source Sought Notice is for information purposes only and shall not be construed as a solicitation or an obligation on the part of the Department of Transportation/Maritime Administration (MARAD). It is intended to identify qualified food service providers who are interested and capable of providing cafeteria and concession services at the U.S. Merchant Marine Academy (Academy) located in Kings Point, NY. The Government shall not be held responsible for any cost incurred in response to this notice. MARAD seeks a contractor to provide all personnel, supplies, transportation, tools, materials, supervision, and all other items necessary to perform full scale food services. MARAD�s goal is to provide high quality food service that is healthy and features wholesome food items and meals for midshipmen, employees, and visitors of the Academy. The food services shall be operated within all federal, state, local, and industry standards and policies. Food services will be provided for Delano Hall; Academy Training Vessel; Team Movement (TM); Topside Dining Room; Patten Clinic Infirmary; Special Events, Dinners and Catering Requests; e.g. Birthday Celebrations; and Arrival of Plebe Class (freeman class). The anticipated period of performance is a base period of one (1) year, with four (4) one-year option periods beginning May 01, 2022. The resulting contract will be firm-fixed price. The approximate schedule for food services is between 06:00 a.m. and 7:00 p.m., seven (7) days a week, with reduced services on weekends.� The estimated number of midshipmen ranges from 750-800. This number may fluctuate throughout the year. Food services shall be provided seven days a week, except for the following recognized Federal holidays: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Additional Information: Facilities: The Government will provide office space for the contractor. Utilities: The Government will provide utilities of gas and electric required for food services. Equipment: The Government will provide cooking, washing, warming, refrigeration, and electrical preparation equipment presently on site. This equipment includes ovens, stoves, warmers, slicing machines, dish washer, pot and pan washer, hot serving line, choppers, free standing refrigeration, walk-in box refrigeration and freezers, flat grills, char grill, soft serve machine, floor cleaning machine and ice machines. Responses to this notice shall be limited to four (4) pages in length and submitted via email to Juebiline Mbandi at Juebiline.mbandi@dot.gov and LaChelle Johnson at lachelle.johnson@dot.gov no later than 3:00 PM ET on October 28, 2021. Responses should include a Statement of Interest and Capability Statement. The Statement of Interest should include: a. Legal Name of Company b. Point of Contact c. Address d. Telephone Number e. E-mail f. Small Business Status g. DUNS Number h. NAICS Code(s) The Capability Statement should be no more than two (2) pages in length, and should include: a. Description of company's primary business line b. Description of full food services that company provides. c. Description of any subcontracting, joint venture or teaming arrangement that may be pursued. d. Demonstration of recent, relevant past performance history. e. Information that will support financial capability.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1e1fc99cbbab4c6888d6e91b677250a4/view)
 
Place of Performance
Address: Kings Point, NY 11024, USA
Zip Code: 11024
Country: USA
 
Record
SN06157093-F 20211015/211013230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.