Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOURCES SOUGHT

R -- Technical, Administrative and Logistical Support Services for Contract Technical Merit Peer Review Meetings, Objective Reviews, and Contract Administrative Support Services

Notice Date
9/18/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Substance Abuse and Mental Health Services Administration, Choke Cherry, 1 Choke Cherry Road, Room 7-1051, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
283-09-0274
 
Response Due
9/30/2008 3:00:00 PM
 
Point of Contact
James G Whitt,, Phone: 240-276-1503, Linda - Tillery,, Phone: 240-276-1513
 
E-Mail Address
james.whitt@samhsa.hhs.gov, linda.tillery@samhsa.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified 8(a) sources relative to the NAICS Code. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential 8(a) sources. Only 8(a) sources should respond to this sources sought synopsis. After review of the responses to this sources sought announcement, a solicitation announcement may be published in the Federal Business Opportunities at a later time. Project Description: SAMHSA’s Office of Program Services (OPS), Division of Contracts Management (DCM), is required by Congress to conduct technical review of contracts through an extramural peer review process. This requirement insures that all technical reviews are conducted impartially by a panel of highly qualified persons. The primary peer review functions include, but are not limited to, the following activities: (1) selecting qualified expert reviewers for the technical merit review panel; (2) screening reviewers for conflict of interests; (3) selecting hotel accommodations for reviewers to perform technical merit review; (4) administering through a contractor to provide payments for accommodations and honoraria and other related expenses to reviewers; and (5) writing evaluation reports of all reviewed proposals. The contract review team administers and conducts technical merit/peer review meetings for proposals submitted in response to SAMHSA-wide Request for Proposal (RFP) announcements. To perform these specific functions, SAMHSA requires a contractor to provide administrative, technical, and logistical support services for support of contract technical merit reviews, which is administered by SAMHSA/DCM. This includes the organization, planning, and administration of SAMHSA’s extramural activities and peer review program. In addition, DCM is required to review those projects that are announced through SAMHSA’s Indefinite Delivery-Indefinite Quantity (IDIQ) contract mechanism. These projects are reviewed through an objective review process. Logistical support is required for those reviews in the form of writing services, including note-taking during the objective review meetings and writing the evaluation summary reports. Finally, the primary function for Administrative Support Services for DCM is to provide not only the contract technical assistant for the peer reviews, but also to provide full-time, on-site, staff to fill and perform contract administrative assistant and closeout administrative support services. Because contractor personnel will be on-site at SAMHSA headquarters, the contractor will be required to have a facility located within 49 miles of the SAMHSA building, which is located at 1 Choke Cherry Road, Rockville, MD 20857. Additionally, the contractor will be required to have a fire wall in place that will take effect if the situation arises in which, during contract performance, the contractor competes on a SAMHSA project that is being peer reviewed. The intended contract will provide the Government the option to extend the contract in one-year increments, for a 12-month base period and four option years. Your responses to the questions provided below will assist the Government in selecting the appropriate acquisition method. Page limit: Maximum 11 pages (font size Times New Roman, 10 or larger). In addition, an accompanying copy of the company capability statement will also be accepted. The anticipated period of performance is a 12-month base period, with four (4) option year periods. After review of the responses received, a pre-solicitation synopsis and formal solicitation may be published in the Federal Business Opportunities. Responses to this notice shall include company name, address, point of contact, size of business pursuant to the NAICS code, and must respond to the following questions: 1.Is your business certified under Section 8(a) of the Small Business Act under NAICS code 541690? 2.Describe your capability to manage intense peak work loads, including being flexible and able to adapt during these times. 3.Describe your proven capability to provide the skills/expertise of staff needed to perform the peer review support functions. 4.Describe your understanding and capability to protect the confidentiality of government source selection documents as well as the confidentiality and anonymity of peer reviewers and offerors. 5.Describe your capability to provide logistical and administrative support services to the Government, including organizing and staffing multiple meetings simultaneously, making cost effective arrangements for airfare and hotel accommodations, and processing and reimbursing claims for travel expenses expeditiously. 6.Provide a description of current or past contracts that have provided peer review services to the Government. 7.Provide your current firewall plan as a peer review contractor. 8.Provide a description of current and past contracts that have provided contract administrative assistant and contract closeout services to the Government. This is not a request for proposal and in no way obligates the Government to award any contract. Responses to this notice shall be mailed to: Substance Abuse and Mental Health Services Administration, Office of Program Services, Division of Contracts Management, 1 Choke Cherry Road, Room 7-1057, Attn: James Whitt. Telephone and/or e-mail responses will not be accepted. Responses must be received in writing, by no later than September 30, 2008, 3:00 PM, local prevailing time. Responses to this sources sought announcement will not be considered adequate responses to the solicitation, a request to be added to a prospective offerors list, or a request to receive a copy of the solicitation. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. No solicitation is currently available. Ref. No. 283-09-0274.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=55cb3e1e3148eed9ebf887070266fed4&tab=core&_cview=1)
 
Place of Performance
Address: 1 Choke Cherry Road, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01674816-W 20080920/080918222622-55cb3e1e3148eed9ebf887070266fed4 (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.