Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOURCES SOUGHT

R -- Administrative Support Services for the Office of Grants Administration

Notice Date
2/16/2006
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
Reference-Number-SS-NCI-ESB-2006-1
 
Response Due
3/1/2006
 
Archive Date
3/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This Source Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this SS is to identify qualified small businesses concerns including: 8(a), HUBZone, or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. Teaming is encouraged to successfully fulfill requirements of this project. The NCI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this SS, the NCI may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this RFC/SS or the NCI?s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The National Cancer Institute is seeking qualified small businesses including 8(a), HUBZone, or Service Disabled Veteran-owned business concerns to provide support to NCI?s Office of Grants Administration (OGA) in the operation of the Documents Management Center (DMC) formerly known as the Records Management Center (RMC). The DMC is a secure facility that holds all of the grant files, monitors their location when in use, and initiates and follows through with specific actions in support of the grant award process. A similar system shall be developed for contracts for the NCI?s Office of Acquisitions (OA) under this project. Capability Statements shall demonstrate an understanding of the operational and electronic environment in which NCI/OGA operates, an expertise in performing the tasks specified in this draft SOW, and an ability to adapt to new technology, requirements and methods. Tailored Capability Statements for this requirement shall address the following five (5)areas (mandatory management plan, information on similar projects, technical approach, personnel, and corporate experience: 1. Provide a feasible mandatory Management Plan that clearly identifies and demonstrates how the offeror will provide, on the first day of the contract starting at 8:30 A.M. (Eastern Prevailing Time) and continuing throughout the life of the contract, the following: (a) the ability to resolve user problems; (b) the ability to function fully and perform all aspects of the draft SOW; (c) the ability to provide a suitable mix of relevant experience to perform all aspects of the draft SOW; (d) the ability to provide a full time, on-site Project Manager with a minimum of four (4) years of experience, within the last five (5) years, in the management of a project of similar type and size; (e) the ability to have sufficient experienced personnel available to respond to occasional last minute Office of Grants Administration (OGA) or Office of Acquisitions (OA) requirements, either on weekends or after regular business hours as described in the draft SOW; (f) the ability to adjust to uneven workloads over the life of the contract; and (g) the ability to respond to the Government's need for immediate on-site service and technical assistance. (h) Provide an Organizational Chart clearly detailing their lines of authority and responsibility. 2. Documented experience with of similar contracts of a similar size and scope to this proposed project. Contract(s)/project(s) listed may include those entered into by the Federal Government, agencies of state or local governments, and commercial concerns. The following information shall be submitted to document this experience: Name of contracting organization; Contract number (for subcontracts, provide the prime contract number and the subcontract number); Contract type; Total contract value; Description of the requirement; Contracting Officer's name and telephone number; Project Manager?s name and telephone number; and Standard Industrial Code or NAICS code. The Project Manager shall be an employee of the Offeror and not a consultant or part of subcontractor staff. 3. A detailed Technical Approach that: (a) demonstrates a clear understanding of the draft SOW. This shall include a description of the activities required to successfully complete the types of tasks to be assigned; (b) a clear understanding of the work to be performed and the technology involved, to include documents management and electronic imaging systems; (c) addresses the proposed methods for implementation, management deadline controls, quality control, and privacy protection for all of the services listed in the draft SOW; (d) addresses the degree of sophistication, innovation and realistic approach to work; (e) addresses the ability to meet changing requirements and procedures and multiple project deadlines and the capability to respond to quick turnaround tasks. 4. The proposed Personnel shall demonstrate that your organization has the necessary expertise to perform the requirements of the project. Capability Statements must demonstrate that the personnel experience stated in the Capability Statement occurred in conjunction with projects comparable in size and complexity. The proposed Project Manager must have the following documented and demonstrated experience and expertise: (a) managerial capabilities including cost management and quality control; (b) technical background, interests, education and experience in the task areas, including documents management and electronic imaging systems management; (c) ability to recognize and deal with problems concerning the administration of the research grants process, from pre-award to post award, and the environment in which these activities occur; (d) a minimum of four (4) years experience, within the past five (5) years, in managing a project of similar type and size. The proposed Technical Staff must have the following documented and demonstrated experience and expertise: (a) demonstrated ability to provide the support services described in the draft SOW; (b) demonstrated experience relative to the primary service for which they are proposed, including records management and electronic imaging systems; (c) demonstrated skills in using personal computers, printers, copiers, scanners, and the Microsoft Office Suite including Microsoft Word, Microsoft Excel, and Microsoft Outlook; (d) demonstrated ability to discern the differences in various documents, accurately verify documents numerically and correctly file large volumes of documents. 5. The Related Experience of the Company must clearly address the capability of the organization to meet the above requirements. Documentation of this experience must include examples of relevant recent document management experience with Government or non-Government agencies. Clearly describe related work within the past two (2) years (of offeror and sub-contractors, if any) showing contract number, name of respective contractor's program manager, client name, brief description of work, start and completion dates and approximate funding and contract value, and names and phone numbers of individuals who may be contacted as references for work that is cited. NCI plans to contact these references and to use that information in the evaluation of the proposal. Documented company/organizational experience in the following must also be addressed: (a) experience providing the full range of services outlined in the draft SOW for projects of the same/similar size and magnitude as outline in the draft SOW; (b) providing services related to the management and operation of an electronic image management system on the same/similar size and magnitude as outline in the draft SOW; and (c) capability of managing projects efficiently and resolving problems quickly. A copy of the draft Statement of Work (SOW) pertaining to this requirement, which is subject to revisions, may be accessed here: Statement of Work Or it may be accessed on the NCI Office of Acquisitions External Website at URL: http://rcb.cancer.gov/rcb-internet/ Once there, click on Current Requests for Proposals. Under the section entitled Sources Sought, click on number SS-NCI-ESB-2006-1 entitled, Administrative Support Services for the Office of Grants Administration.? Interested parties are expected to review this notice and the draft SOW to familiarize yourself with the requirements of this project; failure to do so will be at your firm?s own risk. Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed twenty (20)single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Responses will be reviewed only by NIH personnel and will be held in a confidential manner. In the event an RFP is issued, North American Industry Classification System (NAICS) code 561110 with a size standard of $6 million is being considered. Capability statements are due no later than 3:00 p.m. eastern prevailing time on March 1, 2006. Please submit one (1) original and three (3) copies of your response to: James D. Carder, Contracting Officer, Epidemiology and Support Branch, Office of Acquisitions, OM, National Cancer Institute, Executive Plaza South, Suite 600, Room 6114, MSC 7196, 6120 Executive Boulevard, Bethesda, MD 20892-7196. If courier service is used, the address is the same except for the city and zip code (Rockville, MD 20852). Facsimile responses will not be accepted. Electronic responses, via e-mail, may be sent to carderj@mail.nih.gov. Electronic submissions must be in WordPerfect or Microsoft Word. All responses must be received at NCI by the specified due date and time in order to be considered.
 
Place of Performance
Address: Executive Plaza South, 6120 Executive Boulevard, Rockville, MD
 
Record
SN00989553-W 20060218/060216211927 (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.