Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOURCES SOUGHT

73 -- Food Services for the National Institutes of Health (NIH)(Fisher’s Lane)

Notice Date
8/26/2013
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities, 9000 Rockville Pike, Bldg. 13, Rm. 2E47, MSC 5738, Bethesda, Maryland, 20892-5738, United States
 
ZIP Code
20892-5738
 
Solicitation Number
HHS-NIH-OD-OLAO-SBSS-13-006
 
Archive Date
9/25/2013
 
Point of Contact
Oghogho Joy Ajao, Phone: 3014435655
 
E-Mail Address
ajaooj@mail.nih.gov
(ajaooj@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought Notice to support ongoing market research being conducted on behalf of the NIH. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain market research information regarding the availability and capability of qualified small business sources, which will assist the government in determining if there are two or more small business concerns, i.e., HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses, veteran-owned small businesses; woman-owned small businesses or small disadvantaged businesses - and your organization's size classification relative to the North American Industry Classification system (NAICS) code for the proposed acquisition. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. If your business does not qualify as a small business under NAICS code 722310 (Food Service Contractors) or exceeds $35.5 million you should NOT submit a response to this notice. Respondents will not be notified of any results derived from an evaluation of the information provided. However, the Government will utilize the information gathered for technical and acquisition planning purposes. If adequate responses are not received the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Notice designated as corporate or proprietary information will be fully protected from release outside the Government. Description of New Leased Facilities at 5601 Fishers Lane This cafeteria will serve approximately 2,200 Federal occupants who will be relocating in two phases from Rockville and Bethesda. Government anticipates approximately 200 visitors will arrive daily to attend seminars, meetings and other functions. These visitors will have access to the cafeteria but may not necessarily "overlap" the breakfast or lunch period. Access to the building will require a Federal ID or a Government photo ID for visitors. Under separate agreement with the Government, The Maryland Business Enterprise Program for the Blind (MBEPB), state licensing agency that provides employment and business opportunities for the visually impaired under the Randolph-Sheppard Act, will oversee the operation of a concession stand located on the main level (lobby). Scope of Work This is a performance-based contract to establish and operate a new food service facility (includes a cafeteria and coffee kiosk) as described herein for the purpose of dispensing food, nonalcoholic beverages, and catering services in accordance with the terms and conditions of this contract. Contractor shall establish and operate under its own name and provide full-scale food service 240 days/year as well as catering services for the conference facility located at 5601 Fishers Lane. The successful Contractor will consistently meet or exceed customer expectations and satisfaction through an innovative wellness program that supports a healthy, balanced diet and an environmentally sustainable waste reduction program. To achieve these goals, continual feedback from the food service provider, Government, and the patrons will be essential. The Government will evaluate performance using a quality assurance surveillance plan for the life of this contract. Project Requirements Responders must demonstrate how they can satisfy ALL of the following requirements to be considered. Meet all licensing/insurance requirements, provide Small Business Certificate of Competency (COC), and comply with other Federal, state, and local laws. Provide on-site management/leadership and be accessible to client 365/24/7. Provide regular staff development training/performance evaluation and incentives. Deliver outstanding customer service and hospitality that contributes to the customers' overall enjoyment of the dining experience. Establish and maintain strict safety and sanitation guidelines in accordance with the FDA Uniform Code 2013. Establish and maintain high standards for facility operation and equipment maintenance. Operate facilities in an environmentally responsible manner that meets or exceeds Federal standards for sustainability and waste reduction by recycling, composting, partnering with community food donation programs, and using only bio-based products made from recycled or repurposed materials that are recyclable and/or compostable. Establish a model for nutrition and wellness by offering food and beverage items that meet the Federal Dietary Guidelines for Americans 2010, contain minimal chemical additives, and when possible use organic ingredients locally sourced. Offer diverse rotating menu selections with nutrition facts and guidelines posted in the facility and available online. Use new media technology to deliver these services, when possible, and routinely collect data from customer feedback. Provide sound strategy for fiscal accountability, record-keeping, and risk management. Proposed Period of Performance The Government proposes the contractor make a capital investment of $250,000 at a minimum, for equipment and facilities over five (5) years. The proposed period of performance is five (5) years (base term) with two (1) year options to extend if performance is outstanding. The proposed financial model may include some rent, utilities, and some equipment maintenance. However, the Government is open to negotiating alternative investment strategies, financial models, and terms of performance. Suggestions are encouraged and should be included in your response. Capability Statement Description Tailored capability statements shall demonstrate a clear understanding of all tasks specified in the Project Requirements section. Specifically, tailored capability statements for this requirement shall demonstrate the ability to provide knowledgeable professionals and demonstrate a technical understanding. Interested vendors should provide a statement that addresses the following information and describe how their company is capable to meet each of the minimum requirements, listed above. Submit all responses and inquiries in writing via email by the stated deadline: Describe in detail your industry experience performing each of the minimum requirements (listed above) on a comparable scale and include when, where, and how long performed. (This could include Government (including GSA or other GWAC) and non-government contracts). Provide evidence of business capacity, capital feasibility, and number of years in business. Provide company's full name, address, phone, and point of contact with email address. Additionally, please ensure that the cover letter submitted in response to this notice include: 1) Company name, address, point of contact, telephone number, fax number, email address; 2) DUNS number; 3) The socioeconomic status of the company, i.e., small business concern, 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, and/or service-disabled veteran-owned small business; and 4) Small Business Certification, if any How to Submit a Response Interested qualified Small business organizations must submit a tailored capability statement for this requirement not to exceed 20 single sided pages including all attachments, resumes, charts, etc.(single spaced, 12 point font minimum) that clearly details the firm's ability to perform the aspects of the Notice described above. All proprietary information should be marked as such. Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Responses should be submitted to: Point of Contact Ms. Oghogho (Joy) Ajao 6011 Executive Blvd, Rm. 625C Rockville, MD 20892 ajaooj@mail.nih.gov |301.443.5655 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 is 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 to provide feedback to respondents with respect to any information submitted. After 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. 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 solicitations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OLAO/HHS-NIH-OD-OLAO-SBSS-13-006/listing.html)
 
Place of Performance
Address: 5601 Fishers Lane, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN03162300-W 20130828/130826235314-87a84eb86cc8bf9e89b646c56137e622 (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 |
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.