Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

R -- Scientific and Technical Support Services to the National Institutes of Health

Notice Date
5/1/2009
 
Notice Type
Presolicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
NIMH-09-OD-0001
 
Point of Contact
Suzanne Stinson,, Phone: 301 443 4116, Bruce E. Anderson,, Phone: 301-443-2234
 
E-Mail Address
sstinson@mail.nih.gov, banderso@mail.nih.gov
 
Small Business Set-Aside
N/A
 
Description
A SOURCES SOUGHT NOTICE WAS PREVIOUSLY POSTED ON MAY 16, 2008 UNDER NIMH-09-OD-00001. PLEASE NOTE A CHANGE IN SOLICITATION NUMBER FROM NIMH-09-OD-00001 TO NIMH-09-OD-0001. The National Institutes of Health (NIH), National Institute of Mental Health (NIMH)/National Institute on Aging (NIA) Research and Development Contracts Management Branch (R&D CMB) (located within the NIDA Neuroscience COAC), using Full and Open Competition procedures, intends to solicit all eligible organizations capable of providing services under a contract entitled, "Scientific and Technical Support Services to the National Institutes of Health." The staffing services include: • Providing scientific research support in a wide variety of healthcare related areas. • Providing professional/executive support to the NIH research effort. • Providing information technology support to the NIH research effort. • Providing healthcare support to the NIH research and patient contact effort. • Providing clinical research support to the NIH research. • Providing industrial and facility maintenance support to the NIH research effort. These tasks are classified as scientific/technical, professional/executive, health care, clinical research, or industrial/facility maintenance. The labor categories will be paid either by a fixed hourly wage (burdened) or in some cases, as Independent Contractors. The majority of all tasks will be performed in Bethesda or Rockville, Maryland, however, services are also needed at locations scattered throughout the United States. Approximately 95% of all tasks are long-term for continuing performance in excess of six (6) months, however, there may be a need for intermittent tasks with flexible hours. The majority of the staffing services will be for full-time contract employees, however, there may be a need for part-time services, and, overtime. Part-time and overtime needs will be defined on the individual delivery order award documents. This is not a new requirement. The current contractor is Kelly Services, Inc. which provides approximately 1000 Contractor Employees across NIH providing long-term support to twenty-four (24) of the twenty-seven (27) NIH Institutes and Centers (it is anticipated that need for services will increase further over time). The tasks require a broad skill range across the entire spectrum of employment categories. The division of skill categories is subject to change but currently follows the approximate breakdown below: Scientific - 47% Professional/Executive Admin - 31% Information Technology - 7% Healthcare - 6% Clinical Research - 5% Industrial/Engineering - 1% The North American Industry Classification System (NAICS) code is 561320 and the size standard is $13.5M. This acquisition is being procured under Federal Acquisition Regulation (FAR) Part 15 - Negotiated Contracting. It is envisioned that the contract will be awarded as a performance based requirements type contract with fixed burdened hourly rates per labor category. A one (1) year base period, with four (4), one (1) year options is contemplated. RFP #NIMH-09-OD-0001 is scheduled for electronic release on or about May 15, 2009 and the receipt date of proposals is scheduled on or about June 30, 2009. The RFP may be accessed through http://www.fedbizopps.gov/. It is the offeror's responsibility to monitor the above internet site for the release of this solicitation and amendments, if any. Please note that the RFP for this requirement will include the Statement of Work, Deliverables, Performance Based Standards and Measures, Reporting Requirements, Technical Evaluation and Proposal Preparation instructions. All information required for the submission of an offer will be contained in the electronic RFP package. Following proposal submission and the initial review process, offerors comprising the competitive range may be requested to provide additional documentation to the Contracting Officer. All responsible sources are encouraged to submit a proposal that will be considered by the NIMH/NIA R&D CMB, NIDA COAC. This advertisement does not commit the Government to the award of a contract. No collect calls will be accepted. Please monitor the websites for release and further information. Please do not telephone asking for information regarding the actual release date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd929066304e9968ad09972fbe4fda16&tab=core&_cview=1)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland 20852, United States, The majority of all tasks will be performed in Bethesda or Rockville, Maryland, however, services are also needed at locations scattered throughout the United States., United States
 
Record
SN01807150-W 20090503/090501221826-dd929066304e9968ad09972fbe4fda16 (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.