Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2018 FBO #6099
SOLICITATION NOTICE

R -- Childcare Facility Feasibility Study for NCI at Fredrick and NCI at Shady Grove

Notice Date
8/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO82585-73
 
Point of Contact
Ronette P. Collins, Phone: 2402765745, Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
ronette.collins@nih.gov, reyes.rodriguez@nih.gov
(ronette.collins@nih.gov, reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES Description: The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Office of Scientific Operations, plans to procure services for a consultant to conduct a childcare feasibility study at two NCI facilities. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02CO82585-73-73 includes all applicable provisions and clauses in effect through FAR FAC 2005-101 (JUL 2018) simplified procedures for commercial items. The North American Industry Classification System code is 541618 and the business size standard is $15 million. Only one award will be made as a result of this solicitation. This will be awarded as a non-severable firm fixed price type contract The period of performance shall be 4 months after award. It has been determined there are no opportunities to acquire green products or services for this procurement. Description of Contractor Requirements In May of 2013, the daycare facility located at the National Cancer Institute (NCI) at Frederick campus was closed. The NCI at Frederick daycare facility had a capacity of 44 children at the time it closed. Since that time, there have been recurring requests to re-open the facility. Since this facility has not been in operation since 2013 and regulations may have changed, re-opening the facility may come with added cost. The NCI at Frederick is composed of both Federal Employees and Contract Staff. There are approximately 2700 Contract Staff and approximately 600 Federal Employees that make up the staff at the NCI at Frederick. There have also been requests to open a new facility at the NCI at Shady Grove. The NCI at Shady Grove does not currently have a facility, so there will need to be a site evaluation done to assess if there is a suitable location for a day care center. NCI at Shady Grove has approximately 1670 Federal Employees and 869 Contract Employees. To ensure that the NCI investment in re-opening child care facility at the NCI at Frederick and/or opening a facility at the NCI at Shady Grove is reasonable, a feasibility study needs to be done. Contract Requirements: The Contractor shall perform the following tasks: Project Management Plan: 1.1.1 Develop an overall project plan for the Scope of the project. The Project Management Plan shall describe the development and implementation of the requirements under this contract and detail the timing and mode of key operations. 1.1.2 Establish and identify stakeholders for each study, Frederick and Shady Grove. 1.1.3 Work with the NCI Technical Point of Contact to set up stakeholder meetings to gather required data for study. 1.1.4 Identify applicable Federal Appropriations Laws and regulations about daycare establishments at a government facility. 1.1.4.1 Identify how many Federal Full Time Employees need to fill spaces to support a daycare center. 1.1.4.2 Identify regulations for a Federal daycare center in a leased Government facility. 1.1.5 Identify daycare centers within a 5-mile radius of each proposed daycare center location as part of area market research, Frederick and Shady Grove, to identify comparable cost and availability. 1.1.6 Identify and recommend multiple daycare business models that each location, Frederick and Shady Grove, should consider and their comparable costs. 1.1.7 Review the Frederick location and currently identified building that was previously used as a daycare facility for facility updates that need to be made to ensure facility meets all necessary licensing and regulatory requirements. 1.1.7.1 Include estimated costs for updating the current facility in Frederick. 1.1.8 Review and recommend potential locations for a daycare facility at or near the Shady Grove location. 1.1.8.1 Include estimated costs for acquiring the location if necessary and any updates to the location that are needed to ensure the facility meets all necessary licensing and regulatory requirements. 1.1.9 Identify the feasibility of maintaining a daycare center at or near each location, Frederick and Shady Grove, for 5 years and 10 years. 1.1.10 Provide a written report of their findings described in the deliverables section. QUESTIONS ARE DUE: August 6, 2018 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instruction to Offerors Commercial Items (JAN 2017) 52.212-2, Evaluation Commercial Items (OCT 2014): The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Approach 2. Personnel Requirements and Organizational Experience 3. Past Performance (not scored) 4. Price (Price will be evaluated separately but not scored) Technical, personnel requirements and organizational Experience when combined are significantly more important than cost or price. b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2017) WITH DUNS NUMBER ADDENDUM (52.204-6 (OCT 2016): 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (JUL 2018). The following additional FAR clauses cited in this clause are applicable: (a) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2016) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2016) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-5 Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer System for awards Management (JUL 2013) (31 U.S.C. 3332). 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Ronette Collins, Contracting Specialist at ronette.collins@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 11:00 am EST on August 20, 2018. Please refer to solicitation number N02CO82585-73 on all correspondence. No collect calls will be accepted. Faxed quotations will NOT be accepted. Electronic quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through www.sam.gov. BASIS FOR AWARD: Selection of an offeror for award will be based on an evaluation of proposals against four factors. The factors, in order of importance are: technical approach, personnel and corporate experience, past performance and price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost/price may become a critical factor in source selection in the event that two or more offerors are determined to be essentially equal following the evaluation of all factors other than cost/price. The process described in FAR 15.101-1 may be employed, which permits the Government to make tradeoffs among cost or price and non-cost factors to consider award to other than the lowest price offer or other than the highest technically rated factor. The Government intends to make an award to the offeror whose proposals provide the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs set forth in the combined synopsis/solicitation. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the combined synopsis/solicitation. Offerors must submit information sufficient to evaluate their quotes based on the detailed factors listed below. The Evaluation Process: The Government will award a contract resulting from this quotation to the responsible Contractor whose proposal conforming to the quotation will be the most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate the prospective Contractors and are listed in order of importance. 1. Technical Approach (60) 2. Personnel/Corporate Experience (40) 3. Past Performance (Not scored) 4. Price (Not Scored) Technical Evaluation Criteria: 1. Technical Approach (40 points) a. The Offeror will be evaluated on the quality and reasonableness of the proposed technical plan as evidence by understanding of the scope, purpose, and complexity of the requirements as described in the Statement of Work. The proposed technical plan shall demonstrate the following: i. Planned approach for identifying stake holders at each location. ii. Knowledge of applicable Federal and State of Maryland laws and regulations for the establishment and continued operation of a daycare center in the state of Maryland for a Federal Agency. iii. Experience identifying daycare centers within proximity to the proposed identified facility as part of area market research. iv. Knowledge of multiple sustainable daycare business models. v. Knowledge of facility licensing and regulatory requirements for a daycare center in the state of Maryland. vi. Experience in cost projections for daycare facilities. vii. Experience projecting the feasibility of maintaining a daycare center for 5 years and 10 years. 2. Personnel/Corporate Experience (40 points) a. The Offeror shall demonstrate their appropriate experience and education to support that they have the expertise and knowledge of feasibility studies. b. The Offeror shall provide resumes of key personnel that demonstrate they have the experience, knowledge and ability to meet the requirements in the Statement of Work. c. The Offeror shall demonstrate specific knowledge in the following areas: i. Previous experience doing child care feasibility studies for the federal government. ii. Previous experience with feasibility studies for organizations with complex staffing make up, such as contractor and federal staff. 3. Past Performance (Not scored) Offerors shall submit the following information as part of their response: A list of the last three contracts/subcontracts providing similar products or services while working onsite at the client's facility that were completed during the past ten years, and all contracts currently in progress that are similar in nature to the solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract or subcontract: a. Name of Contracting Organization b. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) c. Contract Type d. Total Contract Value e. Description of Requirement f. Contracting Officer's Name and Telephone Number g. Program Manager's Name and Telephone Number h. North American Industry Classification Code (NAICS) The Offeror will provide information on problems encountered on the identified contracts and the Offeror's corrective actions. Each Offeror will be evaluated on their performance under existing and prior contracts for similar services. The Government is not required to contact all references provided by the Offeror. Also, references other than those identified by the Offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the Offeror's Past Performance. The Government will evaluate the Offeror's past performance based on information obtained from references proceeded by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an Offeror's likelihood of success in performing the acquisition requirements as indicated by that Offeror's record of past performance. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the Offeror's performance. The lack of a performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. 4. Price (Price will be evaluated separately but not scored) Price Evaluation: Offerors price proposal will be evaluated for reasonableness. For pricing to be considered reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to the price in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 15.404.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82585-73/listing.html)
 
Record
SN05019630-W 20180805/180803230733-6e06a18cd6a31ebd0748e09c7899d7ae (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.