Base Ketchikan Galley Full Food Service
ID: 70Z08424QKETC0003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, USA

NAICS

Food Service Contractors (722310)

PSC

HOUSEKEEPING- FOOD (S203)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide full food service operations at Base Ketchikan in Alaska. The procurement involves comprehensive responsibilities, including menu development, food procurement, preparation, serving, and maintaining cleanliness in the dining facility, with a focus on high-quality food standards and compliance with federal and state regulations. This contract is particularly significant as it is set aside for 8(a) certified firms, promoting economic opportunities for small and disadvantaged businesses, while also ensuring adherence to labor standards and fair compensation for employees. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Ms. Susan B. Lawson at SUSAN.B.LAWSON@USCG.MIL.

    Point(s) of Contact
    LAWSON, Ms. SUSAN B
    SUSAN.B.LAWSON@USCG.MIL
    Files
    Title
    Posted
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to the provision of full food services. It includes details such as requisition number, contract number, and effective date, as well as necessary contact information. The contract is structured as a firm-fixed-price agreement with several option years outlined for potential extensions. The periods of performance span from late 2024 to late 2029, reflecting a commitment to entrust services to qualified small and economically disadvantaged women-owned businesses. The solicitation is specifically set aside for 8(a) certified firms, indicating a preference for these entities during the competitive bidding process. Several government regulations are referenced to ensure compliance, including those related to subcontracting limits and worker rights. Key clauses are incorporated to address essential topics such as the prohibition of certain telecommunications equipment, veteran employment rights, and labor standards. This document is crucial for promoting economic opportunities for women-owned and small businesses while adhering to federal regulations in the procurement process.
    This document is an Amendment to a solicitation for contract 70Z08424QKETC0003, issued by the US Coast Guard's LOG-94 Regional Contracting West, located in Alameda, CA. The amendment, effective August 29, 2024, addresses inquiries related to the solicitation and provides essential amendments, such as new invoicing instructions, a wage determination, and a performance questionnaire. The modification emphasizes the necessity for contractors to acknowledge receipt of this amendment to prevent rejection of their offers. Additional details indicate that all other terms and conditions remain unchanged. This amendment serves to clarify and enhance the original solicitation process, ensuring compliance and transparency in government contracting.
    This document outlines the invoicing procedures for a Full Food Service contract awarded for Base Ketchikan, AK, under Amendment 0002. Contractors are required to submit invoices electronically via the Invoice Processing Platform (IPP), a secure web-based system managed by the U.S. Department of the Treasury. Companies already enrolled in IPP can continue without re-registration, while new users will receive instructions via email for setup. Invoices must be accompanied by a copy of associated documentation emailed to specific points of contact. Furthermore, monthly deductions from contract payments will occur based on cash collected from patrons. Contractors must delineate the fixed fee price (FFP) from cash received to determine total payments due. The document includes contact information for IPP customer support and encourages the use of training resources available online, ensuring contractors can efficiently navigate the invoicing process. This guidance reflects the government's commitment to streamline billing practices within the context of federal grants and contracts.
    The document pertains to Amendment 0002 of a federal Request for Proposals (RFP) for full food service at Base Ketchikan, AK (70Z08424QKETC0003). It addresses key questions from potential contractors regarding the solicitation details. The government clarifies that all option periods of performance are indeed 12 months long, that licenses and permits should be included in the technical proposal sans page limits, and provides a Pay-Per-Quota (PPQ) template for past performance evaluations. Compliance with security, safety, and environmental requirements is overseen by the Contracting Officer's Representative, and contractors must align with Coast Guard standards. Additionally, specific details such as required staffing roles, historical meal data, and emergency procedures are described in the Statement of Work (SOW). The document ensures clarity regarding the proposal submission process and the contract's operational expectations. It emphasizes the importance of adherence to union agreements and outlines the payment structure related to deliverables. This comprehensive overview reinforces the government’s commitment to regulatory compliance and the maintenance of service quality under the food service contract.
    This document outlines the wage determination and collective bargaining agreement between Cape Fox Facilities Services, LLC and the Industrial, Technical, and Professional Employees Union, OPEIU Local 4873, for food service employees at the U.S. Coast Guard Support Center in Ketchikan, Alaska. Effective January 1, 2023, to December 31, 2025, the agreement establishes minimum wage rates, including $17.20 per hour for newly awarded contracts and $12.90 for those awarded prior to January 30, 2022. Additional employee benefits include health and welfare contributions, sick leave accrual, paid vacation, and bereavement leave. The document emphasizes compliance with federal labor standards, requiring paid sick leave in accordance with Executive Order 13706 and detailing procedural obligations for grievances, arbitration, and employee rights. The agreement aims to ensure fair wages and working conditions while recognizing the contributions of covered employees, aligning with regulations and promoting a collaborative workplace.
    The document outlines an amendment to a government solicitation pertaining to contract offers. It emphasizes the necessity for contractors to acknowledge receipt of this amendment before the specified deadline, which can be done either through formal acknowledgment on the submission or via separate electronic communication. The amendment highlights the addition of a performance questionnaire not previously included, and it has extended the solicitation closing date from September 10, 2024, to September 30, 2024, to accommodate the required submissions. The structure of the amendment includes segments addressing acknowledgment, modification of contracts, and a description of changes made, ensuring clarity and compliance with government regulations. By providing new submission guidelines and extending deadlines, the document facilitates a smoother procurement process while maintaining essential contractual standards. This is in line with federal practices for Request for Proposals (RFPs) and contract modifications.
    The United States Coast Guard (USCG) is seeking contractors for Full Food Services at Base Ketchikan, Alaska, through solicitation 70Z08424QKETC0003. To evaluate potential contractors, a past performance survey and reference investigation is being conducted, categorized as “Source Selection Information” under the Federal Acquisition Regulation (FAR). Survey responses must be emailed to the designated contact, Susan Lawson, and confidentiality regarding respondent identities is emphasized. Contractors are required to provide details regarding their prior work, including contract number, company information, and service descriptions. Evaluators will assess contractor performance across several criteria, including quality, schedule adherence, cost control, management capabilities, and regulatory compliance, using a scale ranging from exceptional to unsatisfactory. Additionally, contractors must report any cure or show cause notices received and document any discrepancies in contract performance. This procurement process aims to ensure the selection of an experienced contractor who can meet the USCG’s operational logistic requirements effectively and efficiently, demonstrating a commitment to quality and regulatory standards.
    The U.S. Coast Guard Operational Logistics Command is soliciting a contractor for comprehensive food service operations at Base Ketchikan, AK. The Performance Work Statement (PWS) outlines the contractor's responsibilities, including menu development, food procurement, preparation, serving, dining facility management, and maintenance of cleanliness. Specific operational hours for meals vary by weekdays, weekends, and holidays, with provisions for emergency situations requiring extended service. Key aspects include the necessity for the contractor to ensure high-quality food standards, compliance with federal and state regulations, and the procurement of necessary licenses. A dedicated Contract Manager must oversee daily operations, ensuring adherence to safety and sanitation standards, including regular health inspections by Coast Guard medical personnel. The contractor is also tasked with inventory control, quality assurance, and providing a six-week cycle menu that accommodates dietary guidelines and seasonal foods. The document highlights comprehensive requirements for personnel qualifications, safety plans, and equipment maintenance. Overall, the objective is to deliver superior food services that meet the U.S. Coast Guard's operational needs while adhering to rigorous health and safety protocols.
    The document serves as a Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage requirements for workers on federal contracts in Alaska, determined by recent Executive Orders mandating pay rates based on contract award dates. For contracts executed or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts from January 1, 2015, to January 29, 2022, adhere to a minimum of $12.90 per hour. The document includes a detailed list of occupational wage rates across various categories, including administrative, automotive, food service, health, and technical jobs. Each occupation has associated hourly rates, some of which may be higher than the mandated minimum. Additionally, it specifies benefits such as health and welfare, vacation, and holiday entitlements, ensuring worker protections under established regulations. The document also provides guidance on the classification of unlisted job roles and outlines the conformance process necessary for appropriate wage determinations. Overall, it ensures compliance with labor standards for federal contracts while promoting fair compensation.
    Lifecycle
    Title
    Type
    --Base Ketchikan Galley
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Full Food Services, Cape May Training Center, Cape May, NJ
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Full Food Services at the Training Center (TRACEN) in Cape May, New Jersey. The contractor will be responsible for all aspects of food service, including management, preparation, serving, and cleaning, catering primarily to military recruits from April 1, 2025, to March 31, 2030. This service is crucial for maintaining high food quality and sanitation standards within a military training environment, ensuring recruits receive nutritious meals during their training. Interested firms must respond to the Sources Sought Notice by September 30, 2024, providing company information and past performance references, with the applicable NAICS Code being 722310 and a size standard of $47 million. For further inquiries, contact Rosalyn Wooling at rosalyn.a.wooling@uscg.mil or Jennifer Blackwell at jennifer.blackwell@uscg.mil.
    USCG Base Kodiak Hazardous Waste Sampling Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for Hazardous Waste Sampling Services at Base Kodiak in Alaska. The selected vendor, NWFF, Inc., will provide essential environmental consulting services, ensuring continuity of operations without service gaps while a long-term contract is established. This procurement is critical for maintaining compliance with environmental regulations and safeguarding public health. Interested organizations may submit their qualifications to Robbin Kessler at robbin.m.kessler@uscg.mil by September 3, 2024, at 1:00 p.m. Alaska time, although this notice is not a request for competitive quotes.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    Landscaping Services at Base Astoria and Tongue Point
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at Base Astoria and Tongue Point in Oregon. The procurement includes tasks such as leaf and needle cleanup, weed spraying, and general landscaping maintenance, with specific requirements outlined in the Statement of Work. These services are essential for maintaining the aesthetic and operational standards of the facilities, ensuring compliance with security protocols. Interested small businesses must submit their quotes by 2:00 PM (PDT) on September 19, 2024, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation number 70Z03324QBASEA128. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, and compliance with federal wage determinations is required.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    185th Engr Co - Catered Meal Prepared and Served out of Contractors Facility and/or Government Pick-up
    Active
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is soliciting proposals for catered meal services to support the 185th Engineer Company's training events. The contractor will be responsible for preparing and serving meals either from their facility or via government pickup, with specific requirements outlined in the Performance Work Statement (PWS). This procurement is crucial for ensuring that the troops are adequately nourished during their training, and it falls under the NAICS code 722320 for Caterers, with a small business size standard of $9 million. Interested vendors must submit their offers by the deadline, ensuring they are registered in the System for Award Management (SAM) and comply with all solicitation requirements. For further inquiries, potential bidders can contact Darlene Howes at darlene.r.howes.civ@army.mil or Daniel Bibeau at daniel.s.bibeau.mil@army.mil, with the contract performance period set from October 19, 2024, to September 7, 2025.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking and repair of the USCGC Kathleen Moore (WPC-154) during Fiscal Year 2025. The procurement involves a comprehensive scope of work that includes inspection and repair of critical vessel components, adherence to safety and environmental standards, and the development of a Preservation Plan for coating systems. This contract is vital for maintaining the operational readiness and integrity of the Coast Guard fleet, ensuring compliance with federal regulations throughout the repair process. Interested parties, particularly small businesses, must submit their proposals by the specified deadlines, with the anticipated period of performance running from January 14, 2025, to May 13, 2025. For further inquiries, contractors can contact Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    CGC ALERT DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for the FY2025 dockside repairs of the USCGC ALERT (WMEC-630), which is home ported in Cape Canaveral, FL. The procurement aims to identify capable sources for a comprehensive scope of work that includes cleaning, inspecting, and potentially refurbishing various vessel components over a 59-day period starting May 5, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a significant role in maritime safety and security. Interested contractors should respond by September 30, 2024, and provide essential company information, including size classifications and necessary certifications, while ensuring they are registered with the System for Award Management (SAM). For further inquiries, contact Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at kaity.george@uscg.mil.
    Boiler tube repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a boiler tube repair project aboard the USCGC ALEX HALEY in Kodiak, Alaska. The procurement involves renewing boiler components, replacing feedwater pumps, and conducting thorough inspections, including pressure tests and eddy current testing, while adhering to Coast Guard standards and environmental regulations. This project is crucial for maintaining the operational readiness of the vessel and ensuring compliance with rigorous federal standards. Interested vendors must submit their official quotes, including a SAM.gov registered UEI number, to Justin Wooldridge at justin.r.wooldridge2@uscg.mil by 0800 Pacific Time on September 27, 2024, with the performance period set from October 7 to December 6, 2024.
    Dock-side (DS): USCGC HEALY FY25 Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to perform dockside repairs on the USCGC HEALY for fiscal year 2025. The project entails comprehensive maintenance and inspection tasks, including critical repairs and structural upgrades, scheduled to take place from January 6, 2025, to May 8, 2025, at the cutter's home port in Seattle, Washington. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in Coast Guard missions. Interested small businesses must submit their quotes by October 17, 2024, at 3:30 PM Pacific Time, and can direct inquiries to primary contacts Robin B. Kloeppel or Andrew G. Jacobs via the provided email addresses.