Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
MODIFICATION

R -- Professional Acquisition Support Services

Notice Date
4/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
RFQ-NLM-10-117DAH
 
Archive Date
5/27/2010
 
Point of Contact
Damian Hurge, Phone: 3018275452
 
E-Mail Address
hurgeda@mail.nih.gov
(hurgeda@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Small Business Set-aside This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; 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. This solicitation is being issued as Request for Quotations (RFQ) NLM-10-117DAH This solicitation document incorporates provisions and clauses that are in effect in the March 2005 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition IS a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 541611. It is the intent of the Center for Information Technology (CIT), National Institutes of Health (NIH), to negotiate for professional acquisition support services for CIT's Executive Office and the NIH Office of the Chief Information Officer (OCIO). CIT's mission is to provide, coordinate, and manage information technology and to advance computational science. CIT supports NIH's research and management programs with efficient, cost-effective information systems, networking services, and telecommunications services. Additional information about CIT's mission can be obtained at http://www.nih.gov/about/almanac/organization/CIT.htm. OCIO's mission is to provide oversight responsibility for all enterprise level Information Technology (IT) systems at NIH. These are large-scale IT systems providing functionality to a broad range of users across multiple NIH organizations. Additional information about OCIO's mission can be obtained at http://cit.nih.gov/About/Organizations/Nihcio/default.htm. The contractor shall provide subject matter expertise in the specialized field of Federal IT acquisitions to effectively support program/technical staff in processing complex enterprise-wide IT requirements through the entire acquisition process - planning, solicitation, evaluation, award, post-award administration, and close-out. The contractor shall have senior-level expert knowledge and experience in Federal acquisitions in both operations and policy formulation. The Contractor shall provide subject matter expertise in processing acquisitions under Federal Acquisition Regulation (FAR) Subpart 8.4, Federal Supply Schedules; Part 12, Acquisition of Commercial Items; Part 13, Simplified Acquisition Procedures; Part 15, Contracting by Negotiation, Part 27.4, Rights in Data and Copyrights, Part 39, Acquisition of Information Technology, and Part 43, Contract Modifications. The Contractor shall also provide support in processing a wide variety of complex IT acquisitions under all of the various mechanisms described at FAR Part 16, Types of Contracts and with specialized expertise with Government Wide Acquisition Contracts (GWAC). The contractor shall perform task assignments in the following task areas: (1) Prepare Monthly Status reports on the overall financial, tasks assigned, tasks completed, tasks pending and other issues, including potential impacts on schedules or project plans and recommended actions; (2) The Contractor shall meet with the client to determine the scope of work required and to make recommendations on the various methods of acquisition and various types of acquisition mechanisms to be used to meet a specific set of requirements; (3) Prepare draft acquisition documents (including statements of work and specifications, cost estimates, terms and conditions, findings and determinations, and other supporting documents); (4) Gather information and prepare reports as required to support the organizations' acquisition responsibilities; conduct studies and analyses required to monitor the organizations' contracted programs and projects; (5) Review and edit licensing agreements for intellectual property to ensure that the terms and conditions of the agreements are compliant with the FAR, other Federal law, and agency procedures; (6) Assist the OCIO in developing NIH-wide acquisition provisions and guidelines relative to the implementation of the Information Security requirements of the Federal Information Security Act of 2002 (FISMA) and the Physical Security requirements of Homeland Security Presidential Directive (HSPD)-12; (7) Provide instruction and training to the organizations' staff members on various acquisition-related topics; (8) the Contractor shall perform other Task Assignments as directed by the COTR to support the Program not otherwise specified above; and (9) In the event the Government re-competes the requirements of this SOW and prior to completion of this Purchase Order's period of performance, the Contractor shall, at the Government's option, provide the Government with a Phase-Out Plan that shall ensure an orderly and successful transition of the remaining tasks to a successor contractor should the incumbent Contractor not be selected during the re-competition. As part of the Phase-Out Plan, the Contractor shall adequately train the successor contractor's employees following any re-competition of the requirements specified in this SOW. The purchase order term will be for a 12-month period of approximately July 1, 2010 through June 30, 2011 with 1 twelve month option period from July 1, 2011 through June 30, 2012 for approximately 4,400 labor hours on a Time-and-Materials basis [FAR 16.601]. The following clauses and provisions cited herein are incorporated by reference into this solicitation and may be obtained from the web site http://rcb.cancer.gov/rcb-internet/SAP/sap.htm: FAR 52.212-1, Instructions to Offerors - Commercial (September 2006), and FAR 52.212-4, Contract Terms and Conditions - Commercial Items (February 2007). The attached Addendum to Terms and Conditions of Purchase Order also applies to this solicitation. FAR 52.212-2, Evaluation - Commercial Items (January 1999), also applies with the following five evaluation criteria (each having equal value) to be included in paragraph (a) of the provision: (1) Demonstrated senior-level knowledge and experience in Federal acquisitions in awarding and administering a wide-variety of complex IT requirements at FAR Subpart 8.4 and Parts 12, 13, 15, 39 and 43 (2) Demonstrated senior-level knowledge and experience in processing a wide variety of complex IT acquisition mechanisms processing a wide variety of complex IT acquisitions mechanisms under FAR Part 16, Types of Contracts and with additional expertise with processing Government Wide Acquisition Contracts (GWAC); (3) Demonstrated senior-level knowledge and experience in reviewing complex licensing agreements for software and other intellectual property to ensure that they are compliant with FAR and other Federal law; (4) Demonstrated senior-level knowledge and experience in applying the requirements of FISMA and HSPD-12 to Federal IT acquisitions; and (5) Demonstrated knowledge and experience in developing and implementing agency acquisition policies and procedures relative to the acquisition of complex IT. An award will be made to the offeror who represents the best value to the Government whereby each of the five evaluation criteria is given equal value and, when combined, are more important than price. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2007), with their offers. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (August 2007) applies to this acquisition as well as the following clauses cited therein: FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003). Sources having the ability to provide the professional services described above shall provide clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Damian Hurge, Contract Specialist, at 301-496-6546. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 4PM LOCAL PREVAILING TIME ON May 10, 2010, AND SHALL BE SENT VIA E-MAIL TO: hurgeda@mail.nih.gov. This requirement is being processed for CIT by the National Library of Medicine (NLM), NIH.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/RFQ-NLM-10-117DAH/listing.html)
 
Place of Performance
Address: 10401 Fernwood Road, Bethesda, Maryland 20892, United States, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02133629-W 20100429/100427235326-088d9d61c8322715d1cf7e44e0dec2a7 (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.