Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2020 SAM #6662
SOURCES SOUGHT

73 -- Meal Provision for the Healthy Aging in Neighborhoods of Diversity across the Life

Notice Date
2/23/2020 10:09:03 AM
 
Notice Type
Sources Sought
 
NAICS
722330 — Mobile Food Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
HHS-NIH-NIDA-SSSA-20-004638
 
Response Due
3/4/2020 12:00:00 PM
 
Archive Date
03/19/2020
 
Point of Contact
Fred Ettehadieh, Fred Ettehadieh
 
E-Mail Address
Fred.Ettehadieh@nih.gov, Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@nih.gov, Fred.Ettehadieh@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.� This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background:�� The National Institute on Aging (NIA) provides leadership in aging research, training, health information disseminations, and other programs relevant to aging and older people.� The Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) study requires meals to serve to participants who are asked to arrive for their examination after an overnight fast.� This study is examining effects of race and socioeconomic status on healthy aging in a representative sample of community dwelling volunteers from the Baltimore Metropolitan region. HANDLS examinations are performed in community-based mobile medical research vehicles (MRVs) and requires up to eight hours. Meals are required for breakfast and lunch because study participants arrive after an overnight fast and there is no time in the examination schedule for a meal break outside of the vehicles. Purpose and Objectives: �The purpose of this procurement is to provide the HANDLS study with nutritious meals for the volunteers participating in the HANDLS study. Project requirements: �Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the�Statement of Work below: The selected caterer for the HANDLS project is expected to produce and deliver 2 high-quality, nutritious meals for each participant, each day the MRVs are open for examinations.� It requires a company experienced in providing appropriately healthy meals on a consistent basis, with the facility to make timely deliveries in Baltimore City. These well-balanced meals should meet the guidelines set forth by the American Heart Association�s Heart-Check requirements.� The NIA will communicate with the vendor daily to supply the vendor with the number of required meals for each day of testing and the address to where the meals should be delivered. Location of work/hours of operations:� The meals will be prepared at a location determined by the vendor.� Meals will be delivered to the MRV location determined by the government (location will change throughout the contract period but will remain within Baltimore city limits), by 9am Monday � Sunday, or as required by the MRV schedule. Acceptable Criteria Meals will be deemed acceptable if they are delivered on time and prepared daily to include a complete breakfast and lunch for each participant on the days the MRVs are open. The vendor will supply the space to prepare meals; the food and supplies necessary to deliver 2 meals per participant for every day the MRVs are open during the period of performance. Anticipated period of performance:�� Base period: �May 01, 2020-April 30, 2021. �Option Year 1 (if exercised): May 01, 2021 � April 30, 2022. �Option Year 2 (if exercised): �May 01, 2022 � April 30, 2023. Government Responsibilities:� The government will furnish the Mobile Research Vehicle (MRV) and participants. The government will supply the daily MRV schedule (number of meals to provide) and the address for delivery. Delivery and Deliverables:� Deliverables under this agreement will vary on a daily basis, considering the number of participants scheduled for an examination visit and the number of days the MRVs are open. On an average the MRVs are open 5 days a week and evaluate 5 participants per day.� The government will perform surveillance by monitoring the deliverables on a daily basis. Deliverables will be deemed acceptable if the food is nutritious, prepared daily and includes a complete breakfast and lunch for each participant. Anticipated Contract Type:� A firm fixed price purchase order is anticipated. Capability statement /information sought:� Offerors that believe they possess the ability to provide the requirement described above should submit documentation of their ability to meet the requirements to the Contracting Officer. The capability statement should include 1) the name and location of the Government-owned or leased facility, 2) documentation of ability to provide the requirement, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this requirement. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.), pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to a ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Fred Ettehadieh, at e-mail address Fred.Ettehadieh@nih.gov on or before the closing date and time of this announcement. Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: ��No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70a052a721b743438a26c16f8faef76b/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN05569879-F 20200225/200223230141 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.