Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

L -- Technical Representative Services

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB(RG)-2006-342-CDM
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) has a requirement for the Center for Scientific Review (CSR) of the National Institutes of Health (NIH), to negotiate and award a purchase order to provide audio conferencing services in the conduct of its peer review meetings which are held three (3) times a year. The CSR is the focal point, at the National Institutes of Health (NIH) for the conduct of initial peer review, the foundation of the NIH grant and award process. The Center carries out peer review of the majority of research and research training applications submitted to the NIH. In addition, the Center serves as the central receipt point for all such Public Health Service (PHS) applications and makes referrals to scientific review groups for scientific and technical merit review of applications and to funding components for potential award. CSR develops and implements innovative, flexible ways to conduct referral and review for all aspects of science. Statement of Work (SOW): The contractor shall provide audio-conferencing service with the following capabilities: 1) Unique Identifiers are required to improve tracking of participants. Unique pin numbers are to be preassigned for each conference participant. The pin numbers will allow entry of the conference participant into the teleconference. Based on a lookup keyed to the pin, the contractor shall provide a report of the participants after each meeting. 2) The audio conferencing services shall possess the ability for immediate meeting attendance access. Each participant dialing into the teleconference is assigned a pin number. With the use of the pin number, no other sequence of dialing should be required in order to join the meeting. 3) Direct dialing capability is required to dial international numbers as well as the use of calling cards to dial out from inside of the meeting to international numbers. These cards have domestic, international, and/or 800 numbers. 4) Web interface capability for managing all calls must be provided as a companion to the teleconference. The services must provide each participant with real-time management on meetings in progress. The services shall also provide a phone directory, which is required to allow participants to simultaneously dial multiple contacts from the directory. 5) Based on the pin numbers specified above in #1, using the web companion, the ability to identify each participants in real-time is required. 6) The capability for online-help access is required. The online help services must allow the capability to interact each participant or host that may have problems accessing the meeting room that is to host their respective meetings. 7) A visible 800-number help line capability is required. The 800 number help line will permit assistance that can be used while online if online help link is not functioning properly. 8) Ability to upload multiple names and or documents is required (i.e., spreadsheets, CVS?, etc.) at once into application to alleviate the need to add individual names. 9) Integration with Breeze (web communication system that lets you reach your audience anytime with engaging multimedia content) is required. Audio conferencing is one component of CSR?s electronic review initiative. Seamless integration with Breeze is required. 10) Ability to add additional callers once the teleconference is in progress. 11) The Contractor is required to provide technical training to the Government?s project officer. 12) The teleconferences are not to be recorded, under any circumstances. Approval and/or consent to record the teleconferences will not be granted. Other Contractor?s requirements: The Contractor will warrant and represent that it possesses such technical expertise and at least five (5) years experience and resources to perform the scope of services required in a diligent, timely and professional manner consistent with the highest standards of the industry. The Contractor will supply, at all times, and adequate number of well qualified personnel to perform the work, at the contractor?s location. The Contractor will provide a contact person available and authorized to remedy any non-conformity with this warranty. The Contractor will supply all equipment, tools, supplies, offices, personnel, instrumentalities, transportation, support services and insurance required to perform the statement of work. The Contractor is expected to provide CSR with the software tool for loading multiple names into the phone directory. This software tool will facilitate loading names and assigning access codes to multiple entries, at once. The contractor is expected to provide a monthly invoice which includes the following identifying information: date of use, host name, conference room number, CSR meeting data, duration of calls, and amount incurred for each call. GOVERNMENT RESPONSIBILITIES: The Government will not provide any equipment, tools, supplies, offices, personnel, instrumentalities, transportation, support services or insurance required to perform services as specified in the Statement of Work. The Government? Project Officer will monitor the Contractor?s performance during the performance period based upon the deliverables specified in the statement of work. The Government will monitor the Contractor?s performance by obtaining feedback from the meetings hosts and participants. Performance will be considered successful if the deliverables function as required with the expected outcomes, as specified, in the SOW. The contractor will be notified both in writing and orally via telephone of any problems that arise during the contract performance period. The contractor will be provided with written documentation as to CSR?s acceptance or rejection of deliverables. The proposed period of performance is a twelve (12) month base perion with four (4) renewable twelve (12) month option periods. The award will be made based on the following technical evaluation criteria: 1) Responsiveness of the proposal based on the technical specifications as set forth in the SOW. 2) The ability to demonstrate capacity and flexibility of the offeror to perform the tasks as specified in the SOW. 3) Past performance. Demonstrated success performance in projects with similar requirements on other contracts with the Federal Government, NIH/CSR. Three (3) references of successful past performance is required. This requirement is under the North American Industry Classification System (NAICS) code 541990 with a size standard $6.5 million. This requirement is a total set-aside for small businesses. Proposals are due on September 29, 2006 at 9:00 a.m., eastern time. Questions for clarification will be accepted. The questions must be submitted on or before Friday September 22, 2006 at 9:00 a.m. eastern time. The questions will be responded by 4:30 p.m. eastern time on Monday September 23, 2006. The award will be made based on the lowest price, technically acceptable proposal meeting the government?s requirements as outlined on the SOW. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore the initial offer should contain the offeror?s best terms from a technical and price standpoint. However the Government reserves the right to conduct discussions if later is determined by the contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include in the proposal, a cost proposal estimating the cost of one (1) audio teleconference; an itemized commercial price list, listing the rates and/or fees of all services provided by the Offeror; a capability statement; at least three (3) references documenting successful past performance on similar projects that meets the Government?s minimum requirements; prompt payment discount terms; the Offeror?s Dun and Bradstreet Number (DUNS); the taxpayer Identification Number (TIN); and the certification of business size of the company. The Offeror must also register in the government?s Contractor Registry System www.ccr.gov Offeror?s may submit their proposal in writing to the National Heart, Lung, and Blood Institute, DERA, Procurement Branch, Office of Acquisitions, Building Rockledge 2, Suite 6042, Room 6149, 6701 Rockledge Drive, Bethesda, MD 20892-7902, Attention Ms. Cecilia Morales, Contract Specialist. Fax Proposals may be sent to (301) 480-3345 and electronic proposals may be sent to moralesc@nhlbi.nih.gov. All responses will only be accepted if dated and signed by an authorized company representative. All responses if timely received shall be considered by the agency.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892-0001
Country: UNITED STATES
 
Record
SN01146628-W 20060920/060918220201 (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.