Federal Bid

Last Updated on 29 Jan 2016 at 9 AM
Solicitation
Range Alabama

Dining Facility Attendant (DFA) Services - Schofield Barracks, Hawaii

Solicitation ID W912CN-16-R-0005
Posted Date 06 Jan 2016 at 11 PM
Archive Date 29 Jan 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Range Alabama United states
The purpose of this pre-solicitation notice is to notify that Regional Contracting Office - Hawaii (RCO-HI) plans to solicit offers for a Dining Facility Attendant (DFA) Service to meet requirements at Four (4) dining facilities as the mission dictates, at Schofield Barracks and Wheeler Army Airfield, Hawaii, under solicitation W912CN-16-R-0005. The Government intends to award a single firm fixed price contract with one base year and four one-year options.

The contractor shall provide all necessary resources, materials, services, and/or supplies, to perform Dining Facility Attendant (DFA) Services to meet the specified performance requirements at the 402nd Army Field Support Brigade (AFSB), Logistics Readiness Center (LRC) Hawaii. This contract will enable Schofield Barracks (SB) and Wheeler Army Airfield (WAAF) to provide services in support of the installation food services program that supports the Warfighter and other eligible personnel at Schofield Barracks. The contractor is responsible for providing services in accordance with the Performance Work Statement (PWS), to include, but not be limited to, cleaning dining facilities, cleaning restrooms, included in these duties are sweeping, mopping, scrubbing, trash removal, dishwashing, waxing, stripping, buffing, window washing, equipment and utensils and other sanitation related functions in the dining facilities listed within the PWS, and may be required before, during, and after normal dining facility operating hours.

The applicable North American Industrial Classification Code (NAICS Code) is 722310 - Food Service Contractors, with a size standard of 38.5M.

The Period of Performance (POP) will cover the Base Year Plus four One-year Options

A Site visit will be scheduled information will be available in the solicitation package; to include site visit date/time and required sign-up procedures for the visit. Visit will not be mandatory but is strongly encouraged.

This action is a 100% Small Business set-aside. Priority will be given to blind vendors recognized and represented by State Licensing Agencies (SLAs), under the terms of the Randolph Shepherd Act (R-SA). The contract type is Firm Fixed Price and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) offer IAW FAR 15.101-2.

The closing date and time for submission of offers will be contained in the solicitation package. The solicitation notice and any/all amendments will be posted and available for viewing and downloading at Federal Business Opportunities at www.fbo.gov at no charge. No paper copies will be issued. When the solicitation is posted, it is incumbent upon the interested parties to review the aforementioned site regularly for any updates/amendments to this requirement. All prospective offerors must have and/or maintain an active registration with the System for Award Management (SAM) website to be eligible for a Government contract award. To register in SAM, go to https://www.sam.gov.

This notice is not considered to be a commitment by the Government nor will the Government pay for information solicited.

Bid Protests Not Available

Similar Past Bids

Warren Michigan 11 Sep 2015 at 7 PM
Indianapolis Indiana 04 Jun 2025 at 9 PM

Similar Opportunities

Fort shafter Hawaii 10 Sep 2025 at 4 AM (estimated)
Starke Florida 11 Jul 2025 at 5 PM
Location Unknown 28 Mar 2026 at 4 PM