Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOURCES SOUGHT

73 -- NUTRITION CARE FOOD SERVICES (NCFS) - Request for Information (RFI)

Notice Date
10/10/2018
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-19-R-NCFS
 
Point of Contact
Joann T. Morton, Phone: 2102213214, JoLena M. Perkin, Phone: 2102214852
 
E-Mail Address
joann.t.morton.civ@mail.mil, jolena.m.perkin.civ@mail.mil
(joann.t.morton.civ@mail.mil, jolena.m.perkin.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Exhibit E, Key Employees Technical Exhibit D, Sample Menu Technical Exhibit C, Hours of Operation Technical Exhibit B, Quality Assurance Surveillance Plan (QASP) Technical Exhibit A, Performance Requirement Summary (PRS) Request for Information (RFI) REQUEST FOR INFORMATION United States Army Medical Command Nutrition Care Food Services SOLICITATION NUMBER: W81K04-19-R-NCFS NOTICE TYPE: This is a request for information (RFI) Only. This request for information is for Nutrition Care Food Services in support of the U.S. Army Medical Command (MEDCOM) nutrition care program. The information received will be used within the Health Readiness Contracting Office (HRCO) on behalf of MEDCOM, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this RFI. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. BACKGROUND: The U.S. Army Medical Command (MEDCOM) provides health care services worldwide to qualified military, family members, and retirees through a network of military treatment facilities (MTFs). A vital part of the health care network is the delivery of nutrition care food services in these facilities. Nutrition care services are primarily focused on meeting therapeutic nutritional requirements of patients. Therapeutic diets are medically prescribed by physicians as a mode of treatment for acute and chronic diseases and medical conditions. The contractor shall provide qualified labor and management necessary to perform nutrition care food management, supervisory, technical, administrative, and clerical services at locations identified at contract paragraph 1.5 of the Performance Work Statement (PWS). This support will focus primarily on the following areas: dining facility management functions, medically-prescribed therapeutic food preparation, patient tray assembly and delivery service, clinical training, facility sanitation, janitorial duties as it relates to the services being provided, and the associated logistics analysis and management functions in support of the Nutrition Care Program. Attached are the draft Performance Work Statement (PWS) and Technical Exhibits for the services requested. PURPOSE OF THIS RFI: To request information on capabilities of potential offerors to provide the services described in the draft PWS in order to determine if this will be set-aside. Please note, the Government is considering this requirement for the Randolph-Sheppard Act (RSA) and the preferences set out in FAR part 19. A decision to set-aside this requirement for a small business program, RSA, or to compete it through full and open procedures has not yet been made. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Your firm's experience as it relates to healthcare food services, therapeutic meal preparation, and associated processes. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. In particular identify whether or not your firm has developed clinical nutrition training focused on therapeutic diet principles and preparation and provided clinical nutrition orientation training, refresher training and competency assessment to cooks, foodservice workers, and patient tray assembly employees in accordance with Section 5.6.7.1.2 of the PWS. Please describe the qualifications of training developers, trainers and those who would assess employee competency. 4. Your firm's staffing expertise that meet the healthcare experience required of this acquisition. 5. Information to help determine if the requirement for nutrition care food service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures, or teaming arrangement that will be pursued, if any. 7. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns to include utilizing the Randolph-Sheppard Act providers for portions of the requirement. With regard to Randolph-Sheppard Act responses, please also provide the following RSA-specific information: a. Given that the requirement spans multiple locations across five geographically dispersed states, identify how the applicable laws, regulations, and procedures for State Licensing Agency requirements and Department of Education approvals will be carried out. This response should address whether multi-state RSA partnerships are permitted and how they might be structured. b. In any response to 7.a., directly above, information on whether your response was coordinated with the Department of Education or a State Licensing Agency and if so the contact information for the respective office. c. Given that this requirement exists primarily to support medically-prescribed nutrition care for MTF patients, identify any past or current nutrition care requirement, performed by any RSA vendor either as a prime or as part of any lawful partnering or teaming arrangement. 8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition, provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 9. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services. YOUR RESPONSE TO THE SYNOPSIS: The Government requests separate files for Statement of Capabilities and Contracting Approach response; submitted electronically in PDF format. Offeror's responses shall not exceed fifteen (15) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the Draft PWS. All responses to: 1) the Statement of Capabilities 2) Contracting Approach shall be received no later than 13 November at 12:30 PM CST. Please respond via electronic mail (e-mail) to the Contracting Officer, JoLena M. Perkin, at the following address: jolena.m.perkin.civ@mail.mil and Contract Specialist, Joann T. Morton, at the following address joann.t.morton.civ@mail.mil. All questions MUST be in writing and should also be directed to Joann Morton and JoLena Perkin In all responses, please reference MEDCOM Nutrition Care Services in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-19-R-NCFS/listing.html)
 
Place of Performance
Address: Please see the PWS for details., Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN05119626-W 20181012/181010230900-c8670d6a812a9bad5caad3ec84ecf9b3 (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  © 1994-2020, Loren Data Corp.