SOLICITATION NOTICE
99 -- Patient Meals for NIA Clinical Research Participants
- Notice Date
- 5/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-CSS-14-200
- Archive Date
- 6/3/2014
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA(SSSA)-CSS-14-200 and the solicitation is issued as a request for quotation (RFQ). The solicitation is being issued with no set-aside restriction. 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. PROJECT DESCRIPTION The purpose of this requirement is providing patient meals for the overnight participants of the National Institute of Aging (NIA) Clinical Unit in Baltimore, Maryland. Background Information: The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard. One of the IRP's program activities includes the Clinical Research Core (CRC) part of the NIA Clinical Unit within the Office of the Scientific Director. The CRC seeks to elucidate normative values and separate normal aging findings from disease states. The CRC's goal is to prolong disease-free states with age. The CRC serves as an infrastructure to facilitate the creation and development of therapeutic targets for the treatment of age-related disease across the Intramural Research Program. The CRC performs research in various protocol studies that have direct clinical applications to aging and disease states. Participants in the various protocols may spend one or more days in the Clinical Unit and are provided with patient meals. CONTRACTOR REQUIREMENTS The successful contractor shall be required to furnish all the necessary services, qualified personnel, material, equipment, and facilities not otherwise provided by the Government to provide NIA Clinical Research participants with fresh, temperature appropriate meals, three (3) meals per day, seven (7) days per week. Specifically: 1. Meals will be provided to participants either at an on-site cafeteria, in which participants may get meals themselves, or provided and delivered to the patient in their room at the on-site NIA Clinical Unit located at Harbor Hospital, 3001 S. Hanover Street, Fifth Floor, Baltimore, Maryland. 2. For meals provided in the on-site cafeteria, meal vouchers valued up to $10.00 per meal will be provided to the patient. All meals will be prepared in the incumbent's productions kitchen. 3. For meals transported to the NIA Clinical Unit, NIA's research staff will take possession of the trays and pass the meal trays to the participants upon delivery by the contractor. 4. All transported items must be transported in appropriate containers. While meals are in the contractor's sole possession the contractor will implement temperature controls to meet regulatory compliance. The contractor will be responsible for removing trays and equipment from the NIA Clinical Unit and cleaning all transported items after meals have been consumed. 5. Other requirements: Special study meals that require the calculation and delivery of specific amounts of calories, fat, protein, or carbohydrates. Floor stocks, nourishments and commercial nutritional supplements may be required. Dietetic and related nutrition consulting services may be required to assist the research staff in developing the nutritional component of their research protocols. Meals for special functions or catering may be required. The contractor is responsible for any charges incurred in the delivery of meals to the Harbor Hospital (i.e., loading dock fees, etc.) The type of contract anticipated for this requirement is a fixed price type of contract. The period of performance will be effective June 1, 2014 to May 31, 2015 and contain the option to extend the term of the contract by an additional three (3) successive one-year optional performance periods. The total duration of any resulting contract to this solicitation shall not exceed four (4) years. Place of Performance: Contractor will be required to perform the work at a Contractor facility. Contractor shall not be required to work onsite at a Government facility, although contractor will be required to be granted access to the Clinical Unit at Harbor Hospital by the Government for delivery and pickup of meals and serving trays. Travel requirements are not applicable to this requirement. Contractor will not be responsible for producing any technical progress or written reports. The Contracting Officer's Representative (COR) may monitor the Contractor's technical progress, conduct surveillance and assessment of Contractor's progress, or perform technical evaluation and assist in the resolution of any problems encountered during performance of the contract on an as needed basis. INSTRUCTIONS TO OFFERORS Offerors may respond with a proposal indicating their ability to provide the technical requirements stated in this solicitation. Pricing proposals shall indicate the price per unit of supply and the total estimated cost, based on maximum of 60 patients per month requiring three (3) full meals for three (3) days in the week. Estimate 350 meal tickets per month. Offerors shall also include pricing for three (3) optional performance periods in their pricing response. TECHNICAL EVALUATION CRITERIA Responses from Offerors will be evaluated on showing an Understanding of the Requirements. The Offeror's technical approach shall indicate compliance with Contractor Requirements, and describe an essential understanding of the requirements involved in accomplishing the work. Qualifications and Past Performance: Criteria will include documented experience, educational background and training, and availability of proposed personnel, and documented successful past performance reflecting knowledge of work performed in the last 2 years similar to this requirement. Pricing will be an unscored component of the evaluation. Responses from Offerors will be evaluated on best value in relation to pricing. Responses to this RFQ must be submitted in Microsoft Word or searchable PDF format in a font size of 11 or 12 point and font type of Arial or Times New Romans. Margins must be 1-inch wide (top, bottom, left, and right). The technical proposal must not exceed 15 pages in length and the pages must be sequentially numbered regardless of the section or part, and must contain a header or footer to include the name of the contractor and the RFQ number. Pages in excess of the specified page limit will not be considered or evaluated. Resumes of personnel qualifications must not exceed 2 pages in length and are not counted in the page limit. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition 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 responses must be received no later than the response deadline specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA(SSSA)-CSS-2014-200. Responses may be submitted electronically to Hunter.Tjugum@nih.gov. Facsimile responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at (301) 435-8780.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-CSS-14-200/listing.html)
- Record
- SN03358665-W 20140508/140506235116-2e436988ac059bea9c87e37cc4907d29 (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 |