Maryland Bids > Bid Detail

Meal Provision for the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) Study

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159531149693018
Posted Date: Apr 14, 2023
Due Date: Apr 18, 2023
Solicitation No: 75N95023Q00162
Source: https://sam.gov/opp/1ed273f82a...
Follow
Meal Provision for the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) Study
Active
Contract Opportunity
Notice ID
75N95023Q00162
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 14, 2023 03:19 pm EDT
  • Original Published Date: Apr 07, 2023 02:16 pm EDT
  • Updated Date Offers Due: Apr 18, 2023 11:00 am EDT
  • Original Date Offers Due: Apr 18, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 03, 2023
  • Original Inactive Date: May 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7360 - SETS, KITS, OUTFITS AND MODULES, FOOD PREPERATION AND SERVING
  • NAICS Code:
    • 722330 - Mobile Food Services
  • Place of Performance:
    Baltimore , MD 21224
    USA
Description

(i) 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.



(ii) The solicitation number is 75N95023Q00162 and the solicitation is issued as a request for quotation (RFQ).



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.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-02, with effective date March 16, 2023.



(iv) The associated NAICS code 722330 - Mobile Food Services and the small business size standard is $9 million. This requirement is full and open with no set-aside restrictions.



(v) This requirement is for the following services:

Meal Provision for the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) Study



(vi) The purpose of this procurement is to provide the HANDLS study with nutritious meals for the volunteers participating in the HANDLS study.



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.



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. The contractor must be experienced in providing appropriately healthy meals on a consistent basis, with the ability 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 contractor daily to supply the contractor 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 shall be prepared at the contractor’s location. 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 contractor shall 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.



Government Responsibilities:



The government will furnish the Mobile Research Vehicle (MRV) and participants. The government will supply the daily MRV schedule (number of meals to provide) and the address for delivery.



Delivery or Deliverables:



Deliverables under this agreement will vary on a daily basis, considering the number of participants scheduled for an examination visit and the number of days the MRVs are open. On an average the MRVs are open 5 days a week and evaluate 5 participants per day.



The government will perform surveillance by monitoring the deliverables on a daily basis. Deliverables will be deemed acceptable if the food is nutritious, prepared daily and includes a complete breakfast and lunch for each participant.



(vii) The Government anticipates award of a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for this acquisition, and the anticipated ordering period is May 1, 2023 – April 30, 2028.



(viii) 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 (Aug 2020)

  • FAR 52.212-1, Instructions to Offerors-Commercial Items (March 2023)

  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022)

  • FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014)

  • 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:




  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  • FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Dec 2022). Addendum to this FAR clause applies to this acquisition and is attached.

  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)



The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.




  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (March 2023)

  • NIH Invoice and Payment Provisions



(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:



a. Technical capability of the service offered to meet the Government requirement;

b. Price; and

c. Past performance [see FAR 13.106-2(b)(3)].



Technical and past performance, when combined, are significantly more important than cost or price.



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.



(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.



(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.



(xiv) Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Price quotes must include a proposed maximum amount over the five year ordering period.



The Unique Entity ID from SAM.gov, 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 quotations must be received by 11:00 A.M. Eastern, on April 18, 2023. and reference Solicitation Number 75N95023Q00162. Questions may be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov



Fax responses will not be accepted.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >