SOURCES SOUGHT
73 -- Food Services for NIH Bethesda Campus
- Notice Date
- 9/17/2014
- 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-14-014
- Archive Date
- 10/17/2014
- 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
- Sources Sought Number: HHS-NIH-OD-OLAO-SBSS-14-014 Project Title: Food Services for NIH Bethesda Campus "This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; 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 (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice." a. Background. The National Institutes of Health (NIH), the largest agency of the U.S. Department of Health and Human Services, is the nation's medical research agency-making important discoveries that improve health and save lives. NIH is one of five health agencies of the Public Health Service comprised of the Office of the Director and 27 different Institutes and Centers, each with its own specific research agenda. For over a century, NIH scientists have paved the way for important discoveries that improve health and save lives. In fact, 144 Nobel Prize winners have received support from NIH. NIH is the largest source of funding for medical research in the world, awarding more than 80% of its budget is awarded as competitive grants that support some 400,000 of the best scientists at more than 2,500 institutions in all U.S. states and territories and in more than 90 countries. In addition, another 6,000 NIH staff scientists work to solve complex medical and scientific problems in the Intramural Research laboratories, most of which are on the main campus in Bethesda, Maryland. The Bethesda campus occupies 320 acres in Montgomery County, Maryland, approximately 5 miles northwest of Washington, DC. It is the primary workplace for over 80% of the NIH workforce and is also home to the NIH Clinical Center, the largest hospital in the world totally dedicated to clinical research. NIH's mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. Accomplishing this mission requires many dedicated people with diverse talents, skills, expertise and experiences from around the world. More than 19,600 Federal employees work on the main campus in both scientific and non-scientific roles. This count does not include contract workers, Clinical Center patients or visitors who also utilize the facilities. The NIH community is broadly diverse in every way and yet closely connected by a shared mission. For the third year in a row, NIH has been named one of the 50 Best Employers for Workers over 50 by AARP. NIH main campus is home to a diverse population of over 25,000 people - including Federal employees, visiting fellows, student interns, guest researchers, contract workers, patients, family members, and visitors from all over the world. Frequent visitors include high ranking foreign delegations, renowned scholars and researchers, high profile politicians, members of Congress and the President. The campus hosts conferences, training workshops, seminars, lectures and special events that attract large crowds. Work schedules vary widely, and the campus never closes to its workforce. patients and resident guests. According to the Agency, approximately 10,600 Federal employees telework one or two days a week and 7,400 work an alternate work schedule (AWS), which provides employees one day off (typically a Monday or Friday) every other week. NIH has its own police and fire departments, as well as other essential service staffs that ensure lab safety and building security. Access to the campus perimeter requires a Federal ID or a Government photo ID for visitors. b. Purpose and Objectives. The contractor is required to establish and operate multiple food service facilities, on NIH Bethesda Main Campus, for the purpose of serving nutritious food and nonalcoholic beverages, and provide catering services under a no-cost performance-based contract. Performance Goals and Objectives: •· Deliver sustainable food and beverage choices that are nutritious, delicious, and when possible, locally sourced using organic ingredients at competitive prices. •· Operate facilities in an environmentally responsible and sustainable manner. •· Exceed Federal Dietary Guidelines for Americans as part of a balanced diet, and serve foods that contain minimal chemical additives. •· Meet or exceed the Department of Health and Human Services (HHS) guidelines for Federal Concessions and Vending Operations •· Decrease the sodium content in available foods. •· Eliminate industrially produced trans fats. •· Initiate a measurable waste reduction and recycling campaign that uses environmentally sustainable products made from recycled or repurposed materials that are recyclable and/or compostable and incentivizes customers to participate. •· Initiate a robust wellness program that utilizes Federal guidelines to meet or exceed Federal standards and provides measurable results. •· Initiate a robust food program that educates employees and allows consumers to make informed choices about what they are purchasing and eating through the labeling of menu items. Offers incentives to consumers who make healthier food choices. •· Exceed customer expectations through creative and innovative menu selections and delivery methods that keep pace or exceed industry trends and standards. c. Project requirements. (i) The Federal Government is requesting proposals from experienced, socially responsible food service providers to deliver food and beverages at attractive price options that are healthy, and when feasible, organic and grown locally; and maintain operations in an environmentally responsible and sustainable manner. Additionally, the Government envisions services under this contract to be a model for wellness and sustainable operations. Generally stated, this objective may be realized through operations that deliver food and beverage items that meet dietary guidelines for Americans that are healthy, and when feasible, organic or grown/made in the closest proximity to the Washington, D.C. area, as part of a balanced diet and contain as few as possible, if any, chemical or biological additives. Contractor must be capable of providing an operation that uses a verifiable waste program that uses environmentally friendly products made from recycled materials that are recyclable and/or compostable. Finally, the Contractor shall meet or exceed customer expectations through creative marketing and innovative programs, delivery methods and industry trends that educates, and incentivizes the consumers to make healthier food choices resulting in a measurable improvement to the health and wellbeing of the NIH community. This contract will be designed to ensure that the services provided will continue to meet the highest standards of customer satisfaction, provide an innovative wellness program, support a healthy diet, and a successful sustainability program. Contractor will be expected to deliver prompt, efficient, customer-service oriented and sustainable food services to five (5) full-service dining facilities and two (2) coffee bars, located on the Bethesda campus, 250 days/year with at least one food service facility open 7 days per week, in accordance with the terms of the contract. The contractor shall provide a wide variety of daily menu options for breakfast and lunch and implement a robust wellness program, as well as sustainability program that exceeds standards and incentivizes participation. The food and beverage selections shall be delicious, nutritious, reasonably priced, and include a range of dietary alternatives for customers to choose from, i.e. vegan, vegetarian, gluten-free, kosher, low-sugar, etc. (ii) The present contractor currently operates five (5) cafeterias and two (2) coffee bars on the Bethesda campus, under a performance-based contract that employs union labor under a collective bargaining agreement since 2000. Cafeterias Brief Description Square Footage Seating Capacity Historical Sales Data (FY 2013) Bldg. 10/B1 Located on B1 level of the Clinical Center. Serves employees, patients and visitors daily. 19,023 370 $2,560,000 Bldg. 10 ACRF 2 nd floor cafeteria at Clinical Center. Open 7 days/week serving B/L/D to staff, patients, and visitors. 12.563 300 $1,889,000 Bldg. 31 Serves administrative offices for all ICs. 12,331 305 $1,485,000 Bldg. 35 Laboratory building with a population of 1,100. It serves the SW quadrant of campus. 6,679 200 $455,000 Bldg. 45 Main conference facility on campus. 18,757 121 $573,000 Coffee Bars Brief Description Square Footage Seating Capacity Historical Sales Data Bldg. 10 CRC (ABP) Located in the atrium of the Clinical Research Center - very high visibility. 2,241 Seating in adjacent atrium (no seating inside) $1,395,000 Bldg. 35 (PNRC) Directly opposite a conference space seating 500. Adjacent to cafeteria. 715 Seating in adjacent cafeteria (no seating inside) N/A (Opening late summer 2014) (iii) Service Schedules Cafeterias Hours of Operation* Bldg. 10/B1 Monday-Friday | 6:30 a.m. to 4:00 p.m. Breakfast: 6:30 a.m. - 9:30 a.m. Lite Fare: 9:30 a.m. - 11:00 a.m. Lunch: 11:00 a.m. - 2:30 p.m. Lite Fare: 2:30 p.m. - 4:00 p.m. Bldg. 10 ACRF (2 nd floor) ** This cafeteria shall remain open, as indicated, on weekends, Federal holidays, and during Federal closures due to inclement weather, acts of nature, and any other situation that renders the Government's official operating status - CLOSED - per the Office of Personnel Management. Monday-Friday | 6:30 a.m. to 8:00 p.m. Breakfast: 6:30 a.m. - 9:30 a.m. Lite Fare: 9:30 a.m. - 11:00 a.m. Lunch: 11:00 a.m. - 3:00 p.m. Evening Service: 3:00 p.m. - 8:00 p.m. Weekend and Holiday Hours| 8:00 a.m. to 6:00 p.m. Breakfast: 8:00 a.m. - 10:00 a.m. Lite Fare: 10:00 a.m. - 11:00 a.m. Lunch: 11:00 a.m. - 6:00 p.m. Federal Government Closure/Shutdown Hours** Monday-Friday | 6:30 a.m. to 8:00 p.m. Breakfast: 6:30 a.m. - 9:30 a.m. Lite Fare: 9:30 a.m. - 11:00 a.m. Lunch: 11:00 a.m. - 3:00 p.m. Evening Service: 3:00 p.m. - 8:00 p.m. Bldg. 31 Monday - Friday| 6:30 a.m. to 2:30 p.m. Breakfast: 6:30 a.m. - 9:30 a.m. Lite Fare: 9:30 a.m. - 11:00 a.m. Lunch: 11:00 a.m. - 2:30 p.m. Bldg. 35 Monday - Friday | 6:30 a.m. to 2:30 p.m. Breakfast: 6:30 a.m. - 9:30 a.m. Lite Fare: 9:30 a.m. - 11:00 a.m. Lunch: 11:00 a.m. - 2:30 p.m. Bldg. 45 Monday - Friday | 6:30 a.m. to 2:30 p.m. Breakfast: 6:30 a.m. - 9:30 a.m. Lite Fare: 9:30 a.m. - 11:00 a.m. Lunch: 11:00 a.m. - 2:30 p.m. * Minimum hours to which the Contractor must adhere. Failure to do so may result in a fine*** charged to the contractor, unless a modification order has been approved or Government closure policy is in effect. Coffee Bars Hours of Operation* Bldg. 10 CRC (ABP) Monday - Friday | 7:00am - 7:00pm Telephone - (301) 451-7709 <img style="overflow: hidden; cursor: hand; height: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; width: 16px; bottom: 0px;" title="Call: (301) 451-7709" src="data:image/png;base64,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" alt="" /> Bldg. 35 (PNRC) Monday - Friday | 7:00am - 5:00pm Telephone - (301) 594-8438 <img style="overflow: hidden; cursor: hand; height: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; width: 16px; bottom: 0px;" title="Call: (301) 594-8438" src="data:image/png;base64,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" alt="" /> * Minimum hours to which the Contractor must adhere. Failure to do so may result in a fine*** charged to the contractor, unless a modification order has been approved or Government closure policy is in effect. Violation 1 Violation 2 $100 Open facility more than 10 minutes after scheduled opening time Failing to serve food/beverages at the scheduled opening time $100 Close facility more than 10 minutes before scheduled closing time Removing food/beverages prior to the scheduled closing time d. Anticipated period of performance. The period of performance is expected to be for a base period of five (5) years with two (2) five (5) year option periods. e. Other important considerations. (i) The Government proposes the contractor make a capital investment of $2 million, at a minimum, for equipment and facilities over five (5) years. Contractor's suggested retail pricing structure will be subject to approval by the Government. (ii) Randolph Sheppard Facilities: The present contractor currently operates five (5) cafeterias and two (2) coffee bars on the Bethesda campus, under a performance-based contract that employs union labor under a collective bargaining agreement since 2000. 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, oversees the operation of two (2) dining centers, three (3) coffee bars, and five (5) concession stands on the main campus. By law, food service providers and other vendors located on the premises are not permitted to sell products that compete with the products sold in the blind-operated concessions and dining facilities. Cafeterias Coffee Bars Concessions Bldg. 12B Bldg. 1 (under construction) Bldg.10/B1 Bldg. 38A Bldg. 10 Bldg. 12B Bldg. 50 Bldg. 31 Bldg. 35 Bldg. 45 (iii) Transition Plan for 5601 Fisher's Lane (Awarded May 2014) Acquisition of the newly constructed dining facility at 5601 Fishers Lane may take place at the end of May 2019 or 2020. Contractor shall work with the current contractor to ensure a smooth transition phase with minimal disruption to services. The Contractor shall understand that the services under this contract are vital to the Government and must be continued without interruption and agrees to work with the out-going contractor to ensure a seamless transition plan for the continued operations. f. Capability statement /information sought. (i) As part of their capability statement submittal, respondents 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. Demonstrate: (a) current in-house capability and capacity to perform this requirement; (b) prior completed projects of similar nature; (c) corporate experience and management capability; and (d) examples of prior completed Government contracts, references, and other related information; include contract number, dollar value, name and phone number of contracting officer or point of contact. (ii) Capability statements shall demonstrate a clear understanding of all tasks specified above. Specifically, the capability statements for this requirement shall demonstrate the ability to provide knowledgeable professionals and demonstrate a technical understanding of this requirement. 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 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. Interested qualified small business organizations must submit a tailored capability statement for this requirement not to exceed 25 pages or less including all attachments, resumes, charts, etc.(single spaced, 12 point font minimum), demonstrating their ability to supply the services described above. Respondents should also include any other information that may be helpful in developing or finalizing the acquisition requirements. All proprietary information should be marked as such. The NAICS Code for this requirement is 722310 (Food Service Contractors). If your business does not qualify as a small business under this NAICS code, or exceeds $35.5 million you should NOT submit a response to this notice. Responses must reference the sources sought number HHS-NIH-OD-OLAO-SBSS-14-014 and include the following: (1) Name and Address of the organization (2) Size and Type of business, applicable NAICS code 722310. Also indicate the socioeconomic status of the company, i.e., small business concern, 8(a), HUBZone, etc. and provide business certification, if any (3) Point of Contact with name, title, phone, fax and email (4) DUNS number. (iii) All information submitted in response to this announcement must be received on or before the closing date of : October 2, 2014 at 1 P.M. EST. (iv) Emailed responses are the ONLY autorozed responses (either in Mocrosoft or PDF), but it is the responsibility of the vendor to ensure that the email is received by the government. Responses by Facsimile (FAX) and hard copies WILL NOT be accepted. All questions and/or comments must be in writing and may be emailed to O. Joy Ajao at ajaooj@mail.nih.gov. "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 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 solicitation(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OLAO/HHS-NIH-OD-OLAO-SBSS-14-014/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03515226-W 20140919/140917235454-3ab5b58af1c4105c5899c2fda50ecf52 (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 |