Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOURCES SOUGHT

R -- Direct Care and Supervision Services at ORR Influx Shelter Sites

Notice Date
11/5/2020 2:19:37 PM
 
Notice Type
Sources Sought
 
NAICS
624230 — Emergency and Other Relief Services
 
Contracting Office
ACF OFFICE OF GOVERNMENT CONTRACTING SERVICES Washington DC 20201 USA
 
ZIP Code
20201
 
Solicitation Number
ACF2021ORR201
 
Response Due
11/30/2020 1:30:00 PM
 
Archive Date
01/31/2021
 
Point of Contact
Evelyn S. Tyndell
 
E-Mail Address
Evelyn.Tyndell@acf.hhs.gov
(Evelyn.Tyndell@acf.hhs.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY � NO AWARD WILL BE MADE FROM THIS NOTICE� The Department of Health and Human Services (HHS), Administration for Children and Families (ACF), Government�Contracting Services (GCS) has received a request from the�Office of Refugee Resettlement (ORR), Division of Children�s Services�to seek sources capable of meeting the objectives set forth in the attached work description. The Government is seeking a vendor to�provide comprehensive supervision and care services for unaccompanied alien children (UAC) in the custody of HHS who are housed temporarily at an ORR Influx Shelter Site(s).� ORR will identify the location of each influx site.� Ideally, shelter sites will not be located in regions that are susceptible to flooding or in hurricane zones to minimize the need for mass evacuation. The contractor shall (1) provide all staffing and resources necessary to provide direct care and supervision of children in ORR custody at a temporary influx location; (2) house UAC in accordance with ORR policies and procedures and in accordance with child welfare principles; and (3) provide clinical and case management services to include assessing the suitability of potential sponsors to whom UAC can be released safely.� This notice�is published to determine the interest and capabilities of potential offerors.� It is the Government�s intention to award�a single or multiple indefinite delivery indefinite quantity contract(s) for these services.� The Government contemplates the�contract having a period of performance of a�12-month�base period and�four (4) 12-month�option periods.��� Release of a solicitation is tentatively planned in the�first (1)�quarter of calendar year�2021.��� This notice is for information and planning purposes only and does not constitute a solicitation for proposals.� This notice does not obligate the Government to solicit for this requirement or award a contract and does not obligate the Government to reimburse interested parties for any costs incurred to prepare or provide a response to this request for information.�� RESPONSES TO THIS NOTICE: Firms who can fulfill this requirement and who would be interested in submitting a proposal, in the event that a solicitation is issued, are requested to provide the following information in response to this request:� Name of Company:�� Address of Company:�� DUNS: Name, phone number and email address of company representative.� Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or women-owned small business.�Indication that the support services are or are not available on a GSA Schedule contract or Government Wide Acquisition Contract held by your company.�� A list of any current or past projects similar in nature to this requirement that you have executed.� A list of any questions you would be likely to ask if the requirements below were included, as is, as part of the final solicitation.� Given the current state with the COVID-19 pandemic what are some industry leading practices around public health emergencies that have been integrated into your operational practices that would ensure the health, welfare and safety of UAC�s in the care of HHS under this requirement. Procurement Information for this sources sought notice is as follows:�� Set-Aside:�None���� Anticipated�Performance Dates(s):�May 2021 through May 2026 Anticipated Place (s)�of Performance:�Performance will take place primarily at�a Government-owned or leased facility to be determined.� Description of Requirements are attached. Submission Instructions:� Please address your response to�Evelyn S. Tyndell�at email address�Evelyn.Tyndell@acf.hhs.gov on or before�Monday, November 30, 2020.� Responses by phone will not be accepted.�Capability statements are limited to 10 pages (one-sided no smaller than Times New Roman 11 font size) and shall be submitted no later than�4:30PM EST,�November 30, 2020�in�accordance with the instructions reflected in this notice.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/61f0785fb07a49f08d72f1b640e1fff9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05847623-F 20201107/201105230147 (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.