Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
DOCUMENT

Q -- Scientific Research and IT Support Services - Attachment No. 5 - Attachment 1-6

Notice Date
7/31/2008
 
Notice Type
Attachment 1-6
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFP-NIHCL2008019
 
Point of Contact
Gail Akinbinu,, Phone: 301-496-0692
 
E-Mail Address
gakinbinu@cc.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Clinical Center at the National Institutes of Health intends to procure the necessary research support services required to conduct basic and applied biomedical research in the areas of image processing, neurophysiology, pharmacology, chemistry genetics and to help conduct clinical protocols. The purpose of the requirement is to obtain the scientific and technical support services needed to develop and expand systems used for the afore mentioned areas. This a combined synopsis/solicitation for commercial items and services, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in notice. This solicitation No. RFP-NIHCL2008019 includes all applicable provisions and clauses in effect through FAR FAC 2005-26 (June 2008). This requirement is a total small business set-aside. The applicable North American Industrial Classification Code is 541690 and the size standard is $6.5m. The Government anticipates award of an indefinite delivery requirements task order contract. The Base Period of Performance for this requirement will be 09/30/2008 through 9/29/2009. Option Period 1- 9/30/2009 - 9/29/2010 Option Period 2- 9/30/2010 - 9/29/2011 Option Period 3 -9/30/2011 – 9/29/2012 Option Period 4- 9/30/2012 – 9/29/2013 The detailed Statement of Work can be found in Attachment No.1 to this synopsis. Offerors are requested to provide a detailed technical and cost proposal for the proposed contract. In addition the first proposed Task Order is Attachment No. 2 to this synopsis. Please refer to the following attachments which delineate the Government’s requirements for this procurement: Attachment No. 1/- SOW1.doc Attachment No. 2/- Task Orders.doc Attachment No. 3/- Security Provisions.doc Attachment No. 4/- Invoicing Instructions.doc Attachment No. 5/- Technical and Cost Evaluation Criteria Attachment No. 6/- Estimated Level of Effort for base Periods and Option Periods 1-4 PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition. FAR clause: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); Additional supplementing instructions are detailed in this document under the heading- Additional Proposal Instructions. FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMMERCIAL ITEMS-(November 2007) WITH DUNS NUMBER ADDENUM {52.204-6(April 2008)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS- COMMMERCIAL ITEMS (April 2008); FAR Clause 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS (June 2008). FAR Clause 52.216-18 ORDERING (June 2007) FAR Clause 52.216-19 ORDER LIMITATIONS (June 2007) FAR Clause 52.216-21 REQUIREMENTS (June 2007) FAR Clause 52.217-5 EVALUATION OF OPTIONS (February 2007) FAR Clause 52.217-8 OPTION TO EXTEND SERVICES (February 2007) FAR Clause 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (February 2007) FAR Clause 52.227-14 RIGHTS IN DATA- General(June 2008) FAR Clause 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISAL YEAR The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; Far Clause 52.219-6 Notice of Total Small Business Set-Side Far Clause 52.219-28 Post Award Small Business Program Representation Far Clause 52.222-3 Convict Labor Far Clause 52.222-19 Child Labor- Corporation with Authorities and Remedies Far Clause 52.222-21 Prohibition of Segregated Facilities Far Clause 52.222-26 Equal Opportunity Far Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Far Clause 52.222-36 Affirmative Action for Workers with Disabilities Far Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Far Clause 52.225-1 Buy-American Act Supplies Far Clause 52.232-33 Payment by Electronic Funds Transfer- Other than Central Contractor Registration Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Gail Akinbinu, Contract Specialist at gakinbinu@cc.nih.gov. ADDITIONAL PROPOSAL INSTRUCTIONS: The Government anticipates award of an indefinite delivery requirements task order contract. Offerors should submit an original proposal and 4 copies each of a technical and cost proposal for the contract. Also an original proposal and 3 copies each of a technical and cost proposal for the first task order. Offerors must also complete FAR 52.212-3 Offeror Representation and Certifications provide a copy of the valid certifications registrations of the offeror’s Central Contractor Registrations (CCR) and Online Representation and Certifications Applications (ORCA). Proposals must be received by 10:00 a.m. on August 20, 2008. The address for delivery of the proposals is: National Institutes of Health 9000 Rockville Pike Bldg 10 Room 1c541x, Bethesda, Maryland 20892.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af7aa39775a7e580420cb9d98e4158fa&tab=core&_cview=1)
 
Document(s)
Attachment 1-6
 
File Name: Attachment No. 5 Technical and Cost Evaluation Criteria (Technical Evaluation Criteria.doc)
Link: https://www.fbo.gov//utils/view?id=990f18f4ffefa7c51c2c36b7aad5afb1
Bytes: 26.50 Kb
 
File Name: Attachment NO. 1- SOW (SOWDr.Levin.doc)
Link: https://www.fbo.gov//utils/view?id=9c37a1585d90650bcc13fd5159f037fc
Bytes: 62.00 Kb
 
File Name: Attachment No. 2 Task Order (Task Orders.doc)
Link: https://www.fbo.gov//utils/view?id=b30fce36a7c1b9d1db60b72ea238df2d
Bytes: 37.00 Kb
 
File Name: Attachment No. 3 - Security Provisions (SecurityProvisions.doc)
Link: https://www.fbo.gov//utils/view?id=32e7a34a489e8d955287a765055afcad
Bytes: 120.00 Kb
 
File Name: Attachment No. 4- Invoicing Instructions (Invoicing Instructions.doc)
Link: https://www.fbo.gov//utils/view?id=49457f5325a5b7950ca1e889e6496b9f
Bytes: 20.50 Kb
 
File Name: Attachment No. 6- Estimated Level of Effort (Estimate Level of Effort.doc)
Link: https://www.fbo.gov//utils/view?id=3f0ce3573e5cc28d1b096052da43b148
Bytes: 56.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: National Institutes of Health, Clinical Center/Imaging Sciences Program, 9000 Rockville Pike, Bldg 10 Room 1c543x, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01627831-W 20080802/080731222335-af7aa39775a7e580420cb9d98e4158fa (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.