SPECIAL NOTICE
G -- Notice of Intent to Use Other than Full and Open Competition - Influx Care Facility (ICF) Site - Pecos, TX -
- Notice Date
- 2/28/2022 10:25:37 AM
- Notice Type
- Special Notice
- NAICS
- 624110
— Child and Youth Services
- Contracting Office
- ACF OFFICE OF GOVERNMENT CONTRACTING SERVICES Washington DC 20201 USA
- ZIP Code
- 20201
- Solicitation Number
- HHS-ACF-GCS-NOI-0001
- Response Due
- 3/11/2022 8:59:00 PM
- Point of Contact
- Anthony Q. Hawley, Karley Hoyt
- E-Mail Address
-
anthony.hawley@acf.hhs.gov, karley.hoyt@acf.hhs.gov
(anthony.hawley@acf.hhs.gov, karley.hoyt@acf.hhs.gov)
- Description
- NOTICE OF INTENT TO USE OTHER THAN FULL AND OPEN COMPETITION PROJECT TITLE:��������Influx Care Facility (ICF) Site ACTION:��������� ����������� Notice of Intent to Sole Source AGENCY:�������� ����������� U.S. Department of Health and Human Services (HHS) � � � � � � � � � � � � � � � � � � �Administration for Children and Families (ACF)� � � � � � � � � � � � � � � � � � OFFICE:���������� ����������� Office of Government Contracting Services (GCS) on behalf of the � � � � � � � � � � � � � � � � � � �Office of Refugee Resettlement (ORR) LOCATION:���� ����������� Pecos, Texas This notice is being published in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.101 requiring dissemination of information for proposed Contract Actions. The U.S. Department of Health and Human Services (HHS), Administration for Children and Families (ACF), Office of Government Contracting Services (GCS) intends to use other than full and open competition to award a Sole Source Contract to Family Endeavors, Inc. (Endeavors) to maintain the current Influx Care Facility (ICF) Site in Pecos, Texas based under the authority of 41 United States Code (U.S.C.) 3304(a)(1) as set forth in Federal Acquisition Regulation (FAR) 6.302-1 � Only One Responsible Source and No Other Supplies or Services will satisfy Agency Requirements. This Notice of Intent to Award a Sole Source Contract shall be posted for fifteen (15) calendar days to verify that no other sources can meet this requirement given only one responsible source and no other supplies or services will satisfy the Federal Government�s requirements. The fifteen (15) calendar day notice shall expire on Friday, March 11, 2022 at 11:59 P.M. Eastern Daylight Time (EDT). If no credible responses to this notice are received by the Federal Government, a Contract Award shall be made to Endeavors to maintain the current Influx Care Facility (ICF) Site in Pecos, Texas. Following the award of the contract to Endeavors, the Federal Government will amend this notice by posting the redacted Justification and Approval (J&A) for thirty (30) days. The proposed contract action will support services for which the Federal Government intends to solicit and negotiate with only one source under the authority of the Federal Acquisition Regulation (FAR) 6.302-1 entitled �Only one responsible source and no other supplies or services will satisfy agency requirements.� This notice of intent is not a request for competitive proposals. Interested parties will be considered only if they respond to this notice with clear and convincing evidence that competition would be advantageous to the Federal Government, would not be cost or time prohibitive, and that they can effectively maintain the current Influx Care Facility (ICF) Site in Pecos, Texas. All capability statements, proposals, or quotes received prior to Friday, March 11, 2022 at 11:59 P.M. Eastern Daylight Time (EDT) will be considered by the Federal Government. The Federal Government will not be responsible for any costs incurred by responding to this notice. The Federal Government will not notify parties of the outcome of any capability statement, proposals, or quotes submitted in response. A determination by the Federal Government not to compete this proposed Contract Action based upon responses to this notice is solely within the discretion of the Federal Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. REQUIRED CAPABILITIES Further detail/requirement specifics are provided in the Draft Performance Work Statement (PWS) attached to this announcement. If your organization has the potential capacity to perform these services, please provide the following information: Title your response in the subject line of the email with �Organization Name | Capability Statement | Notice of Intent Response � HHS-ACF-GCS-NOI-0001 | Pecos, TX� Capability Statements should include the following: Organization Name and Mailing Address Organizational Point of Contact (Include Telephone Number and E-mail Address) CAGE Code and DUNS Number Business Size Website Address Tailored Capability Statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Capability Statements should address the following areas: TECHNICAL CAPABILITY AND APPROACH Via Descriptive Literature, provide sufficient information to articulate the following: A complete description of technical capabilities in executing the tasks listed in the PWS. The section shall contain confirmation of the knowledge of Government-wide policies and regulations concerning the UC program and confirmation that the offeror understands the full requirement. CORPORATE CAPABILITY AND RELEVANT CORPORATE EXPERIENCE Via Descriptive Literature, provide sufficient information to articulate the following: Demonstrated experience supporting the development of doctrine requirements to support the scope and complexity identified in the PWS.� Demonstrated experience with tangible results in Facilities Management. Demonstrated experience with direct care and supervision, including but not limited to, case management and unification, medical and education services, and line of sight, legal, culinary, housekeeping, and residential services. Demonstrated experience with program management and operational readiness to support a UC Influx Care Facility (ICF). ���� PERSONNEL QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL Via Descriptive Literature, provide sufficient information to articulate the following: The Contractor shall outline and demonstrate their ability to secure and retain the required qualified mix of subject matter experts on facility staff, medical personnel, case management, family reunification, bilingual staff, and establish and maintain required staffing levels, ratios, and expertise. Additionally, their approach identifies how all Federal training for staff will be managed to ensure compliance from a relevancy and currency standpoint.� The response shall reflect the experience, education, and qualifications of contractor personnel. and shall include the resume and a signed commitment letter for the key personnel identified.�� A description of how the Contractor will rapidly recruit and retain qualified personnel and subject matter experts in case management, family reunification, and establish and maintain required staffing levels, ratios, and expertise must be provided. 508 COMPLIANCE Via Descriptive Literature, provide sufficient information to articulate the following: Ability to adequately address Section 508 Accessibility Standards. ADDITIONAL INFORMATION AND SUBMISSION DETAILS Interested parties shall submit a Capability Statement in the following format: Page Limit:�20 Pages Single-Sided Page size shall be no greater than 8 1/2"" x 11"". The top, bottom, left, and right margins shall be a minimum of one (1) inch each. Font size shall be no smaller than 11-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size no smaller than eight (8)-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins only and are not bound by the 11-point font requirement. Footnotes to text shall not be added. Annexes, documentation, attachments or the like, not specifically required by this announcement, such will count against the page limitations. Pages in violation of these instructions, either by exceeding the margin, font, or spacing restrictions or by exceeding the total page limit for a particular volume,�will not be�evaluated. ANTICIPATED AWARD DATE AND PERIOD OF PERFORMANCE: The Federal Government anticipates the award of a contract to Endeavors in Fiscal Year (FY) 2022. The estimated Period of Performance for this requirement shall consist of one (1) Base Period of twelve (12) months and four (4) twelve (12) month Option Periods. FAR 52.217-8, Option to Extend Services, will be included and shall not exceed one hundred and eighty (180) Calendar Days. CONTRACT TYPE: The Federal Government proposes to award an Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract IAW FAR 16.504. BACKGROUND: The U.S. Department of Health and Human Services (HHS), Administration for Children and Families (ACF), Office of Refugee Resettlement (ORR) is responsible for the care and placement of Unaccompanied Children (UC) transferred from the Department of Homeland Security (DHS).�In accordance with the Homeland Security Act of 2002 and the Trafficking Victim Protection Reauthorization Act (TVPRA) of 2008, ORR is responsible for providing care and custody of all UC who have been referred by DHS within 72 hours of apprehension. ORR has worked to increase permanent bed capacity in State-Licensed Care Facilities to align with increased referrals year over year since the passage of the TVPRA. Unfortunately, due to shifting and unpredictable migration patterns, ORR has experienced several periods when UC referrals far exceed available bedspace capacity leading to significant and lengthy backups along the Southwest Border of the United States (U.S.). This includes a historic increase in Fiscal Year (FY) 2021 when ORR received over 100,000 UC referrals in less than six (6) months posing significant child safety hazards. To better prepare for future surges, ORR has a need for Influx Care Facility (ICF) sites across the country to augment its permanent bed capacity. These ICF sites will allow ORR to accept referrals from the U.S. Border Patrol more expeditiously and limit the time UC spends in Border Patrol Facilities. To prevent further exacerbation of the capacity challenges identified above, it is vital that services at the Pecos, Texas ICF Site continue with minimal disruption. The Pecos, Texas ICF Site meets all Flores Settlement Agreement (FSA) Standards. Endeavors is currently providing all facilities, resources, staffing, and all services required to operate the ICF Site. Endeavors is providing for the temporary care, housing, and supervision of UC in ORR�s safekeeping until such time that the UC can be released to an ORR approved/vetted sponsor, the UC is transferred to another ORR Facility, or the UC is transferred as directed by the Federal Government. Endeavors is currently providing care, housing, line of sight supervision, case management, medical services, behavioral health services, facilities management/operation services, as well as survey tools. A continuous need for these services exists. Establishing a new ICF Site at a different location would cause a delay in services provided to the UC, negatively impact the ability of the Agency to fulfill mission requirements, and would cause non-compliance with the Homeland Security Act of 2002 and TVPRA of 2008. GCS will make the justification for other than full and open competition (JOFOC) publicly available within fourteen (14) calendar days after a resulting award, as required by FAR 6.303-1. All responses shall be submitted to the Primary and Secondary Point(s) of Contact included in this notice in writing via email only. Please submit all documentation via email in PDF Format. No telephone calls will be accepted, nor will they receive a response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3726d9e2246c47e197396e805ce6bb33/view)
- Place of Performance
- Address: Pecos, TX, USA
- Country: USA
- Country: USA
- Record
- SN06252173-F 20220302/220228230057 (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 |