Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
MODIFICATION

R -- STEM CELL ANALYSIS AND SUMMARIES

Notice Date
3/28/2007
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857, UNITED STATES
 
ZIP Code
20857
 
Solicitation Number
07EIOS070035
 
Response Due
4/12/2007
 
Archive Date
4/27/2007
 
Point of Contact
Raleigh Tanner, Contract Specialist, Phone 202-260-8856, Fax 202-690-6630,
 
E-Mail Address
rtanner@psc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR PROFESSIONAL SERVICES, SIMPLIFIED ACQUISITION, IN ACCORDANCE WITH FAR PART 13.105 AS SUPPLEMENTED WITH THE ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, A WRITTEN SOLICITATION WILL NOT BE ISSUED. THIS IS SET-ASIDE FOR SMALL BUSINESS. The Department of Health and Human Services requires a Contractor for briefing/informational services to be provided to the Secretary of HHS on Stem Cell Research. The services will inform the Secretary of the Department of Health & Human Services on the latest issues and relevance of adult and embryonic stem cell research information. The Contractor shall provide timely substantive analysis and summaries regarding scientific reports and developments related to human embryonic stem cells, alternatives to human embryonic stem cells (including adult stem cells), and animal studies that could lead to scientific studies of human embryonic stem cells. Specific deliverables will include a minimum 1-2 page analysis that includes, at a minimum, sections 1) background, 2) consistency with Executive Branch policy, 3) future directions in research, and 4) limitations in the study. The Contractor shall expect the Project Officer to identify articles that should be analyzed and summarized. The Contractor shall actively survey the environment to identify potential scientific articles and developments. The Contractor shall consult and receive permission from the Project Officer before proceeding with an analysis and/or summary. The Contractor shall provide informational briefings and draft memos, reports, and consult on website material regarding human embryonic stem cells, alternatives to human embryonic stem cells (including adult stem cells), and animal studies that could lead to scientific studies of human embryonic stem cells. This provision will result from on demand requests and the deliverable will be specified at the time. The Contractor shall agree not to release or disclose, verbally or in writing, information pertaining to the results or findings of work (including data collection, analyses, draft or final papers and reports) for the period of this contract without obtaining prior written approval of the Government Project Officer. The Contractor must request approval in advance (minimum 21 days prior to release) and in writing, specifying: who or what is generating the request for advance information; when and how project results/information would be released; and what information would be released. Failure to receive response from the Government Project Officer does not constitute approval for releasing information. All data produced in the performance of this Order shall be the sole property of the Government. The Contractor hereby acknowledges that all data, including, without limitation, computer program codes, produced by the Contractor for the Government under this Order, are works made for hire and are the sole property of the Government; but, to the extent any such data may not, by operation of law, be works made for hire, the Contractor hereby transfers and assigns to the Government the ownership of copyright in such works, whether published or unpublished. The Contractor agrees to give the Government all assistance reasonably necessary to perfect such rights including, but not limited to, the works and supporting documentation and the execution of any instrument. No information furnished to or generated by the Contractor in the performance of this task order shall be released to the public by the Contractor without prior approval by the Project Officer. The Contractor is prohibited from publicizing or disseminating information without the prior written approval of the Project Officer. Deliverable Due Dates The Contractor shall expect tight deadlines, often within 4-48 hours, for completing initial analyses and summaries. Refined materials may also be requested. The Contractor shall provide one monthly status report that summarizes what the Contractor did, how much spent, and how much remains on the contract or order. Technical Approach The Contractor is expected to be familiar with pending legislation, current laws, and Executive Branch policy on human embryonic stem cell research and related issues. The development of analysis and summaries should reflect awareness of activities in these areas and clearly explain the connection between scientific developments and existing law and policy. The Contractor shall be a published author within medical journals, scientific periodicals/journals, or ethics periodicals/journals. Personnel security requirements Under Executive Order 10450, employees and Contractors for the Federal government shall undergo an appropriate background investigation to determine their suitability to work for the Federal government. The positions on this contract are designated Level 5C, medium risk public trust positions with access to Federal government computer systems. The minimum background investigation required for these positions is a National Agency Check with Inquiry and Credit (NACIC). Verification that Contractor has undergone a NACIC background investigation is a condition for working on this contract. Verification is required to the servicing Federal security office are required before the Contractor will be allowed unescorted access and allowed to work at a Federal facility. Access to Federal government computer systems shall not be granted until results of the FBI National Criminal Records Database are received and indicate that the Contractor has no disqualifying criminal record. Contract Time Frame Contract period of performance is 6 months from date of award, with (3) additional/optional 6 month extensions. The Contractor shall not exceed 60 hours per month, consultative/work time. This Combined synopsis/Solicitation is set-aside for 'Small Business Concerns', in accordance with FAR 13.105. If you have any general questions, you may contact me via e-mail, fax or telephone, and questions must be received no later than April 3, 2007. E-mail address: Raleigh.Tanner@psc.hhs.gov, fax number (202) 690-6630, or telephone number (202) 205-0625. Please forward one (1) original and two (2) copies of your completed quotation(s), technical narrative(s) and cost quotations via mail, federal express or courier, by 5:00 April 12, 2007. FAX copies are not acceptable. The address for the delivery of the aforementioned is as follows: PSC/SAS/DAM Attention: Raleigh Tanner, Contracting Officer Room 315-B, Humphrey Building 200 Independence Avenue, S. W. Washington, D. C. 20201-0004 Evaluations for award will be made based on the technical and cost proposal of offerors, to include past performance and a copy from three current or former work requirements on the subject matter. Award will be based on the aforementioned, as well as made on the 'Best Value to the Government'. Modification corrects Date of Response in narrative above to: Close of Business (COB) April 12, 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/PSC/DAM/07EIOS070035/listing.html)
 
Place of Performance
Address: 200 Independence Avenue, S. w. Washington, D. C.
Zip Code: 20201-0004
Country: UNITED STATES
 
Record
SN01261651-F 20070330/070328224339 (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.