Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
MODIFICATION

B -- CACFP Sponsor Tiering determination Aging Study, 2016 - 2020

Notice Date
5/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Agriculture, Food and Nutrition Service, Contract Management Branch, 3101 Park Center Drive, Room 228, Alexandria, Virginia, 22302
 
ZIP Code
22302
 
Solicitation Number
AG-3198-S-17-0060
 
Point of Contact
Natasha L. Abbington, Phone: 7034576776
 
E-Mail Address
natasha.abbington@fns.usda.gov
(natasha.abbington@fns.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice CACFP Sponsor Tiering determination Aging Study, 2016 - 2020 This SOURCES SOUGHT NOTICE is for small businesses only. The purpose of this sources sought notice is to determine the interest and feasibility of a small business set-aside for the following requirement: CACFP Sponsor Tiering determination Aging Study, 2016 - 2020. This synopsis is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help the Food and Nutrition Service plan their acquisition strategy. The U.S. Department of Agriculture, Food and Nutrition Service intends to issue a procurement for the subject research study in Fiscal Year 2017 and is seeking statements of capability from potential offerors. Preference will be given to small businesses with experience and staffing to perform the requirement as demonstrated in their capability statement. The U.S. Department of Agriculture, Food and Nutrition Service is seeking a contractor to conduct a study that uses the tiering error estimates from previous assessments to “age,” or project the tiering error estimates for each year from 2016 through 2020. The aging study would be conducted in lieu of a new assessment that would collect new data and sponsor tiering documentation. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. The Food and Nutrition Service, Office of Policy Support & Contracts Management Division, is conducting a market survey to determine the availability and technical capability of qualified small businesses, including small disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service- disabled veteran-owned small businesses (SDVOSB), and Historically Under-utilized Business Zone (HUBZone) small businesses capable of conducting a study to provide “aged” or estimated number of Child and Adult Care Food Program (CACFP) Family Day Care Homes (FDCHs) that are misclassified by sponsoring agencies into the wrong reimbursement tier and the resulting erroneous payments for meals and snacks reimbursed at the wrong rate for each fiscal year from 2016-2020. All responding small business firms are requested to identify their firm's size and type of business to the anticipated North American Industrial Classification System (NAICS) code. For this acquisition, the NAICS code is 541720, and the Small Business Standard is $20.5 Million. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided the prime contract is awarded to an applicable small business and that the small business provide at least fifty percent of the support. The Food and Nutrition Service, Office of Policy Support & Contracts Management Division, is conducting market research to identify sources that can demonstrate their experience, skills, and qualifications with projects of similar scope and size completed within the last three (3) years, and explain in appropriate detail how they intend to demonstrate competency in each of the following points listed below: (A) through (I). Expound, utilizing specific examples, on how the firm has undertaken and/or demonstrated the prerequisites listed below: A. A dedicated project director who can deliver high quality work, adhere to project schedules, keep costs within budget, manage the work of many professionals on many tasks simultaneously, and contribute knowledge and understanding of FNS programs. In addition, the project director shall possess expertise with conducting studies that involve the use of advanced modeling techniques to produce projections and estimates. The project director also shall possess skilled expertise in research focused on the Child and Adult Care Food Program (CACFP). The proposed project director’s experience in these areas shall be evidenced by at least three publications in peer-reviewed journals and/or government reports/publications (please cite in your response). B. Key personnel experienced in highly technical modeling techniques to obtain “aged” estimates or projections. This experience should include, but is not limited to, testing and verifying model results against actual results and accounting for missing data through imputation. C. Key personnel experienced with and demonstrating proficiency in using analytic methods, including mathematical modeling, multivariate regression analysis; and descriptive and inferential statistics. Key personnel with proficiency in manipulating large, complex databases, using mainstream software packages, synthesizing results from multiple research sources, performing literature searches and reviews; imputation; and creating complex, large scale databases accessible to any proficient database programmer. Please provide at least three citations documenting experience. Key personnel who have the necessary skills and experience writing technical, high-quality, well-edited reports, which may be targeted to technical readers or to policy officials. Key personnel who can produce briefing materials (including PowerPoint presentations) and present study findings for technical and/or policy staff. Please provide at least three citations documenting experience. Key personnel who have knowledge of the operational aspects of CACFP, including the requirements for an FDCH to participate in CACFP and the two tiered reimbursement rate structure. Key personnel who are extensively familiar with the methodologies and findings from the previous (2005-2015) FNS-sponsored assessments of CACFP FDCH sponsor tiering determination errors. Submission Requirements: 1. Limit the length of the packages to 10 double spaced pages. Note: Packages over 10 pages will not be evaluated. 2. 1 inch margins (top, bottom and sides) 3. Times New Roman typeface, 12 - point font 4. Page limitation does not include appendices, 1 cover page or 1 letter of introduction page 5. Do not include promotional materials Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). The capability statement shall be in sufficient enough detail, but not exceed ten (10) pages total, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government technical team will then assess the experience and capabilities (A – F above) based on relevance to the described requirements and objectives. These capability responses should be based upon the 9 capabilities (A – F) pre- requisites listed above. Your capability statement needs to include a list of three customers (Government/non- Government) within the past 3-years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses. Interested firms responding to this Sources Sought Notice shall submit the following: Company name, address, point of contact, telephone number, email address, and Data Universal Numbering System (DUNS), and NAICS code. Provide business size and status such as Small Business, Disadvantaged, 8(a), Historically Underutilized Business Zones (HUB) Zone, Woman Owned, Minority Owned, Service Disabled Veteran Owned, or Other Than Small Business. Provide contract vehicles you participate in such as General Services Administration (GSA), National Aeronautics and Space Administration (NASA) Solutions for Enterprise Wide Procurement (SEWP), National Institutes of Health (NIH) Information Technology Acquisition and Assessment Center (NITAAC), or any other vehicle. <img src="file:///C:\Users\NATASH~1.ABB\AppData\Local\Temp\1\msohtmlclip1\01\clip_image001.gif" alt="" width="7" height="2" /> Only electronic copies of capability statements will be accepted and should be emailed to: Natasha Abbington at Natasha.Abbington@fns.usda.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice – AG-3198-S-17-0060 : CACFP Sponsor Tiering determination Aging Study, 2016 - 2020. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two responsible small businesses or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, the Government may proceed with a full and open competition. Please submit all information to Natasha Abbington at Natasha.Abbington@fns.usda.gov no later than May 29, 2017 by 1:00 P.M. Eastern Daylight Time. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FNS/CMB/AG-3198-S-17-0060 /listing.html)
 
Place of Performance
Address: 3101 Park Center Drive, Room 228, Alexandria, Virginia, 22302, United States
Zip Code: 22302
 
Record
SN04510771-W 20170518/170516234939-3e8066b03802c8d4073cd07df49a91fd (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.