Maryland Bids > Bid Detail

SOURCES SOUGHT: 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: NBD00159568109499550
Posted Date: Mar 17, 2023
Due Date: Mar 30, 2023
Solicitation No: 75N95023Q00162
Source: https://sam.gov/opp/b1e9f4e339...
Follow
SOURCES SOUGHT: 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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 16, 2023 12:40 pm EDT
  • Original Response Date: Mar 30, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.



This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Small businesses are encouraged to respond.



Background: 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.



Purpose and Objectives: The purpose of this requirement is to provide the HANDLS study with nutritious meals for the volunteers participating in the HANDLS study.



Project requirements:

Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:



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. It requires a company experienced in providing appropriately healthy meals on a consistent basis, with the facility 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 vendor daily to supply the vendor 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 will be prepared at a location determined by the vendor. 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 vendor will 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.



Anticipated period of performance: The Government anticipates an indefinite delivery/indefinite quantity (IDIQ) contract. The ordering period will be May 1, 2023 through April 30, 2028. Task orders will be issued as necessary.



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.



Capability statement /information sought.

Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.





Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.



One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.



The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.



The response must be submitted to Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov.



The response must be received on or before March 30, 2023 at 11AM Eastern Time.



Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. 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 qualifications to perform the 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 presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
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
  • Mar 16, 2023 12:40 pm EDTSources Sought (Original)

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 >