Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2022 SAM #7376
SOURCES SOUGHT

99 -- Sources Sought for the NRC Personal Assistance Services Program

Notice Date
2/8/2022 8:30:23 AM
 
Notice Type
Sources Sought
 
NAICS
624120 — Services for the Elderly and Persons with Disabilities
 
Contracting Office
NUCLEAR REGULATORY COMMISSION ROCKVILLE MD 20855 USA
 
ZIP Code
20855
 
Solicitation Number
NRC-OCHCO-02-08-2022
 
Response Due
2/22/2022 1:00:00 PM
 
Archive Date
02/22/2022
 
Point of Contact
Emarsha Whitt, Phone: 3014158128
 
E-Mail Address
Emarsha.Whitt@nrc.gov
(Emarsha.Whitt@nrc.gov)
 
Description
THE U.S. NUCLEAR REGULATORY COMMISSION (NRC) is issuing this Sources Sought Synopsis as a means of conducting market research or as a market survey to determine the availability of potential qualified Contractor Personal Assistant PA to support employees with targeted disabilities who need assistance with daily life activities.� These individuals needing assistance will be identified as persons with targeted disabilities (PWTD). �The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 624120 � Services for the Elderly and Persons with Disabilities. The purpose of this announcement is to provide potential sources the opportunity to submit information regarding their capabilities to perform work for the NRC free of conflict of interest (COI).� For information on NRC COI regulations, visit NRC Acquisition Regulation Subpart 2009.5 (http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html). �All interested parties, including large businesses and all categories of small businesses (small businesses, small disadvantaged businesses, 8(a) firms, women-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses) are invited to submit a response. � THERE IS NO SOLICITATION AT THIS TIME.� This request for sources and vendor information does not constitute a request for proposal; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. � BACKGROUND Personal Assistance Services (PAS) are not the same as services for sign language interpreters for individuals who are deaf. These services are already required as reasonable accommodations under the Rehabilitation Act which prohibits discrimination based on disability, so long as the provision of such services does not impose an undue hardship.� PAS differs from medical services and services that are typically performed by someone who may have the job title of �personal assistant.�� PAS are non-medical services such as helping an individual take off and put on a coat, eat, drink, and use the restroom.� These services are needed by individuals whose specific disabilities make it difficult for them to perform such activities on their own.� Skilled medical care, which involves personal use items/services is not required to be furnished by an employer in the workplace. REQUIRED CAPABILITIES NRC is looking for a company that can provide PAS personnel, on an �as needed� basis, who have the necessary skills and abilities, education, experience, and/or training.� This requirement will also provide PAS to support employees of the NRC to comply with the EEOC Final regulations in Section 501 of the Rehabilitation Act of 1973, as amended and help them meet the below specifications: Provide services that help individuals who, because of certain targeted disabilities, require assistance to perform basic activities of daily living, like eating, drinking and using the restroom, to fully participate in the workplace. � Vendor should have the capacity to provide services for multiple employees as needed, although at the time the NRC has no employees requiring the services. PAS may be needed on an intermittent, part-time or full-time basis and requirements may vary widely depending on the needs of the PWTD.� Each PAS request will be evaluated on a case-by-case basis.� The NRC is seeking a period of performance of one base year with four 12-month option periods. NRC Locations* One White Flint North (OWFN)��������������������������������������������� Two White Flint North (TWFN) 11555 Rockville Pike������������������������������������������������������������� 11545 Rockville Pike Rockville, MD 20852-2738����������������������������������������������������� Rockville, MD 20852-2738 Three White Flint North (3WFN)�������������������������������������������� Region I 11601 Landsdown Street������������������������������������������������������� 2100 Renaissance Boulevard, Suite 100 North Bethesda, MD 20852��������������������������������������������������� King of Prussia, PA 29406����������������� Region II�������������������������������������������������������������������������������� Region III 245 Peachtree Center Avenue, NE, Suite 1200������������������� 2443 Warrenville Road, Suite 210 Atlanta, GA� 30303���������������������������������������������������������������� Lisle, Illinois 60532 Region IV������������������������������������������������������������������������������� Technical Training Center 1600 East Lamar Boulevard�������������������������������������������������� Osborne Office Center Arlington, TX� 76011�������������������������������������������������������������� 5746 Marlin Road Chattanooga, TN 37411 * Performance of duties shall primarily take place at the PWTD�s official duty station which may include their personal residence, if teleworking.� Performance of duties may occur at an alternative duty station while the PWTD is on travel.� Currently identified alternative duty stations include, but are not limited to, the four Regional offices and the Technical Training Center.� Travel locations are global and may include locations outside of the United States. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE If your organization has the capability and capacity to perform the required capabilities as stated above and throughout this notice, then please respond to this notice and provide written responses to the below market research questions and provide capability information.� The capability statement must be tailored to this requirement. Page Limits should be no more than 10 pages. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the required capabilities described above.� The package should also include past performance/experience regarding projects of similar scope listing the contract number, project title, name of the company, agency, or government entity for which the work was performed, contract type, the dollar value of the contract, period of performance, general description, and customer name, address and point of contact phone number and email address, Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested.��� Submission of additional materials such as glossy brochures or videos is discouraged. Please do not include any proprietary or otherwise sensitive information in the response, and do not submit a proposal.� Proposals submitted in response to this notice will not be considered. Please address the following market research questions below: Organization name, address, emails address, web site address and telephone number. What additional information related to the personal assistance services can you provide? What is your ability to provide people to provide these services/pool of candidates? How long will it take from requesting the service to being able to provide the service? Are you able to provide services across the continental United States? Can you provide any past performance information (contract, agency name, and CO or COR name �and contact information) related to PAS work.? What size is your organization with respect to NAICS code identified in this notice (i.e., ""small"" or ""other than small"")? If your organization is a small business under the aforementioned NAICS code, what type of small business (i.e., small disadvantaged business, woman-owned small business, economically disadvantaged woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, 8(a), or HUBZone small business)? Specify all that apply. Separately and distinctly describe which of the required capabilities� listed above that your organization possesses and indicate your organization's role (prime contractor, first tier subcontractor, and/or supplier) in related contracts.� Please also provide the contract number, contract type, customer name, address and point of contact phone number and email address, contract value, thorough description of supplies and services included in the scope of that contract, indication of how they differ from the required capabilities described in this notice, period of performance (for services) or delivery date (for products), and any other relevant information. Indicate whether your organization offers any of the required capabilities� described in this notice on one or more of your company's own Federal Government contracts (i.e., GSA Federal Supply Schedule contract or Government wide Acquisition Contracts) that the NRC could order from and, if so, which services are offered.� Also, provide the contract number(s) and indicate what is currently available for ordering from each of those contract(s). Provide a standard, non-proprietary commercial price list or similar standard non-proprietary commercial pricing information for how your company sells, as a prime contractor, required capabilities described in this notice that your organization has experience providing.� Also, indicate what is included in that pricing. Is your organization currently performing or have in the past performed same or similar services as those listed above for any of the licensees regulated by the NRC? If so, which licensees? See http://www.nrc.gov/about-nrc/regulatory/licensing.html for more information on NRC licensing. Has your organization previously faced organizational conflict of interest issues with NRC? If so, what were they and how were they mitigated or resolved? All capability statements sent in response to this notice must be submitted electronically, via e-mail, to Emarsha Whitt at Emarsha.Whitt@nrc.gov, either MS Word or Adobe Portable Document Format (PDF), no later than 4:00pm Eastern on February 22, 2022. DISCLAIMER AND NOTES:� 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 potential capability and capacity to perform the subject 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities.� However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/947354e4f98e45b4875ff7e0b01cb0a3/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06237074-F 20220210/220209211723 (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.