Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2020 SAM #6680
MODIFICATION

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

Notice Date
3/12/2020 4:49:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722330 — Mobile Food Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-20-004638
 
Response Due
3/17/2020 9:00:00 AM
 
Archive Date
04/01/2020
 
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 combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-CSS-20-004638 and the solicitation is issued as a request for proposal. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Chef Demitria Scott-Lynch, 7130 North Alter Street, Gwynn Oak, MD 21207. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-(b)(1). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-04, with effective date January 15, 2020. The associated NAICS code is 722330. This requirement is total Small Business Set-Aside (FAR 19.5). Background Description and Objective: 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. The Government anticipates award of a firm fixed-price purchase order for this acquisition. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2018) FAR 52.212-2, Evaluation--Commercial Items (OCT 2014) FAR 52.212-3, Offeror Representations and Certifications � Commercial Items (OCT 2018) FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference: � 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) � 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2015). The following clauses within 52.212-5 apply to this acquisition: 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award (Nov 2011) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) The following clause applies to this acquisition and is attached in full text: � NIH Invoice and Payment Provisions (2/2014) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (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: technical capability of the item offered to meet the Government requirement; (ii) price. Technical is 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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, shipping and handling costs, prompt payment discount terms, product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All offers must be received by the closing date and time of this announcement and and must reference solicitation number HHS-NIH-NIDA-CSS-20-004638. Responses must be submitted electronically to Fred Ettehadieh at email address Fred.Ettehdieh@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/76e301e46c064b06acd3c1083a6ca03a/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN05586646-F 20200314/200312230137 (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.