Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2008 FBO #2587
SOLICITATION NOTICE

R -- Launching the Global Alliance for Chronic Diseases Initiative

Notice Date
12/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB(HL)-2009-058-MKL
 
Archive Date
1/17/2009
 
Point of Contact
Melissa K. Lombardo,, Phone: (301) 435-0370
 
E-Mail Address
ml363x@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number, for reference purposes, is: NHLBI-PB(HL)-2009-058/MKL. This solicitation is issued as a Request for Proposal (RFP). This acquisition is being conducted in accordance with FAR Part 13.3, Simplified Acquisition procedures, and FAR Part 13.5 – Test Program for Certain Commercial Items. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-29. The total contracted dollar amount, including options will not exceed $5 million. The acquisition is being conducted as a total small business set-aside. The North American Industry Classification System code applicable to this requirement is 541990, and the associated small business size standard is $7.0 million. THE NATIONAL INSTITUTES OF HEALTH (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) intends to negotiate and award a single, fixed price purchase order for a contractor to provide support in the planning, development, and launch of a Global Alliance for Chronic Diseases involving the National Institutes of Health (NIH), UK Medical Research Council, Canadian Institutes of Health Research, Australian National Health and Medical Research Council, China National Institute of Biologic Science, and the Indian Council of Medical Research. The period of performance, for this requirement, is approximately six (6) months from the date of award, which will be on or about January 12, 2009. BACKGROUND: The National Heart, Lung, and Blood Institute (NHLBI) provides global leadership through research, training, and education to enhance the health of all individuals so that they can live longer and more fulfilling lives. Because of the increasing global burden of non-communicable chronic diseases noted in the seminal article in Nature (vol 450, November 22, 2007), the Institute plans to launch a Global Alliance for Chronic Diseases (GACD) with a core group of six public research funding agencies in the US, UK, Canada, Australia, China, and India. This will involve two phases: Phase I entails the development of founding principles and documentation in collaboration with participating organizations, and Phase II entails the development of final plans and communications to launch the alliance. This procurement encompasses both Phase I and Phase II. SCOPE OF WORK: Under the guidance of the NHLBI, the Contractor shall work with a core steering group of members from the United States (National Heart, Lung, and Blood Institute, NIH), United Kingdom, and Canada to complete Phase I and Phase II, in support of the Global Alliance for Chronic Diseases (GACD) initiative. The objective of each phase is described as follows: Phase I – Develop founding documents and build interest and consensus among the members in preparation for the launch of the GACD. Phase II – Finalize the founding documents, announce, and launch the GACD. This work involves the following tasks in order of initiation. a. Kick-off and initial draft of Framework Document and Business Plan – finalize the project approach; prepare and conduct the kick-off meeting with the four core members; research and draft the initial versions of the Framework Document and Business Plan; conduct the first progress meeting; and revise the draft documents accordingly. b. Consultations with core group and consultation draft of Framework Document and Business Plan – prepare and conduct visits with research leaders; complete the consultation version of the draft documents; conduct the second progress review meeting; and revise the draft documents accordingly. c. Founding Meeting – plan and conduct a founding meeting with the four core members in London and summarize the meeting outcomes and next steps. d. Finalize the Founding Documents – complete the final versions of the Framework Document and Business Plan, to include follow-up consultations. e. Action Plan – develop launching action plan with core secretariat, funding, advocacy, and first-step actions. f. Initial Phase Launch Support – provide support for registration, recruiting, training, and communications follow-up. The Contractor shall prepare and submit the following deliverables, as described below. Phase I a. Draft Framework Document – This document shall describe the purpose, principles, scope, and key mechanisms of the GACD. Models could be derived from framework documents of similar efforts, such as the Global Fund to Fight Aids, Tuberculosis and Malaria, the GAVI Alliance, and the RBM Partnership. b. Draft Business Plan – This document shall provide the operational implementation of the principles outlined in the Framework Document and shall describe the operational details, early-wins, and a path for the expansion of the alliance for the initial 2 to 3 years. c. Founding Meeting – The meeting shall involve the core group of leadership in early 2009 to review the draft Framework Document and Business Plan and focus on building consensus among the leaders and agreement on next steps for the launch of the GACD. Phase II d. Final Framework Document and Business Plan – These will be the final versions of the founding documents based upon input from Phase I. e. Launch Action Plan – This plan shall describe the components and plan to launch the GACD, to include the core secretariat, funding, advocacy, and first step actions. f. Initial Phase Launch Support – This support shall be provided for the initial phase of the GACD launch, and shall include registration, recruiting, training, and communications activities. The provisions of FAR Clause 52.212-1, Instructions to Offerors - Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The purchase order award will be made to the Offeror whose proposal meets the Government’s minimum performance specifications and delivery date. The merits of each proposal will be evaluated carefully, based on responsiveness to the requirements set forth in this combined synopsis/solicitation and the thoroughness and feasibility of the technical approach taken. A best buy analysis will be performed taking into consideration technical approach, past performance, and price. You are advised that, in the selection of the contractor for this acquisition, paramount consideration shall be given to the evaluation of technical proposals, rather than cost or price. All evaluation factors, other than cost or price, when combined, are significantly more important than cost/price. Responses to this notice will be reviewed and evaluated in accordance with the following criteria: 1) Understanding of the Requirements and Adequacy of the Proposed Approach; 2) Organization and Administration – Offeror(s) must clearly demonstrate a strong knowledge of the key institutions in the global health architecture, specializing in international development and globalization issues. Offeror(s) must document experience in working with international agencies, companies, foundations, and non-profit organizations in developing and emerging countries and have experience and expertise in developing and building international coalitions and implementing initiatives in the unique environment of all regions of the world. This includes work in setting strategic and organizational directions for global health initiatives and defining implementation parameters to carry out such efforts; and 3) Related Experience of the Company, to include past performance. Offeror(s) must document experience in projects that are similar to those described in the Scope of Work above. The Government intends to evaluate the proposals and award the purchase order without discussions with Offerors. Therefore, the initial offer should contain the Offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its proposal, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. NOTE: The Offeror must be registered in the Government’s Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award from the NIH, NHLBI. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the Government with the technical services specified in this synopsis should submit their proposal to the address below. Proposals are due on Friday, January 2, 2009, 5:00 p.m. E.S.T. at the National Heart, Lung, and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room Number 6148, Bethesda, Maryland 20892-7902. Please submit one original and two (2) copies of your proposal. All responsible sources may submit a quotation/proposal, which if timely received, shall be considered by the agency. The external package marking of the print copies shall be marked as follows: RFP No. NHLBI-PB(HL)-2009-058/MKL. Proposals shall be delivered to the National Heart, Lung, and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room 6148, Bethesda, Maryland 20892-7902, Attention: Melissa K. Lombardo. Responses may be submitted electronically to lombardm@nhlbi.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e6dda709a405632e9fc325d326e564b&tab=core&_cview=1)
 
Record
SN01724183-W 20081226/081224213858-1e6dda709a405632e9fc325d326e564b (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.