Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

R -- Senior Science Executive Consultant - Provisions & Clauses - Position Description

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
ReferenceNo_CCS000DKT01
 
Point of Contact
Melissa Marcellus, Phone: 301-295-3962
 
E-Mail Address
Melissa.Marcellus@usuhs.mil
(Melissa.Marcellus@usuhs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Position Description, including Statement of Work FAR Clause 52.212-3 Offeror Representations and Certifications - Commercial Items. Applicable provisions and clauses The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD has a requirement for a Senior Science Executive Consultant who has successfully established and directed a National Cancer Institute (NCI) - designated Comprehensive Cancer Center (CCC). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial services is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the contractor to check the website, http://www.fbo.gov, for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-43. This solicitation is set-aside for small businesses and the applicable North American Industry Classification System (NAICS) Code is 541690 - " Other Scientific and Technical Consulting Services " with a small business size standard of $7.0 million. See attached Position Description with Statement of Work for full details of this requirement. See below for the CLIN Structure for this solicitation. Offerors must provide the loaded hourly bill rates for this position. CLIN Structure 0001 Consultant Services Hourly Bill Rate = See attached provisions and clauses. The Government will award a single award, labor hour contract. To be eligible for contract award, a contractor must register with the Central Contractor Registration (CCR) database and the Online Representations and Certifications Application (ORCA). For instructions on registering with CCR, please see CCR's website at https://www.bpn.gov/ccr/default.aspx. Award will be made on a best value determination considering the following evaluation factors: 1. Corporate Experience - Offerors are required to provide a narrative of their corporate experience in establishing and heading a cancer center. Offerors are required to provide resumes of key personnel for the suggested position. The candidate should be an MD with certification in Oncology and have experience in military medicine. The candidate must have been or is presently an active participant in the NCI CCC selection and designation process and the Cancer Center Support Grant (CCSG) peer review process. The candidate must have extensive background and experience and an in depth understanding of the translation of basic molecular cancer research and tumor biology and immunology to all clinical aspects of cancer prevention, treatment, and patient support. Offerors may provide resumes for additional positions the offeror feels are key to successful performance. Offerors must indicate whether resumes provided are current employees or possible future employees. Any offeror providing a resume of an individual for an identified key position, who will not be available during contract performance, must provide an alternative with comparable qualifications. 2. Past Performance - The Government shall evaluate the offerors' present and past performance within the past three (3) years. Offerors must provide a minimum of three (3) customer references on contracts of similar complexity, scope, dollar amount, and type. The customer references must complete the attached past performance survey and email a copy to melissa.marcellus@usuhs.mil, with a copy to the offeror by 30 August 2010. It is the offerors' responsibility to ensure past performance surveys are received by the due date. Any survey included in the quote package, but not emailed to melissa.marcellus@usuhs.mil will not be considered. Offerors may provide additional information to support past performance history, but not in lieu of the past performance surveys required. USUHS reserves the right to contact customer references for additional information. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a "neutral/unknown" rating for past performance. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable past performance. The Government reserves the right to use data provided by the offeror and data provided by alternate sources in conducting its assessment of past performance history. 3. Price - Offerors must provide the loaded hourly bill rates for the suggested position. Offerors may also provided the loaded hourly bill rates for other key positions identified in their quote. All quotation packages shall be clearly marked with the quotation number, tax identification number (TIN), DUNS number, point of contact name, phone number, fax number and email address (if available). Submit a completed copy of FAR Clause 52.212-3 ( see attached). Questions must be submitted via email to melissa.marcellus@usuhs.mil by 12:00pm on 23 August 2010. Questions submitted after this date will not be answered. Questions will not be answered over the telephone, but will be answered in an amendment to the solicitation posted on or about 25 August 2010. It is the responsibility of the offeror to monitor FedBizOpps for any amendments to the solicitation. All quotes are due by 12:00pm on 30 August 2010 EST. Quotes must be emailed to melissa.marcellus@usuhs.mil. USUHS is located on a secure installation and base access will not be provided nor will anyone be able to meet offerors at the gate to accept quotes. The Government reserves the right to award without discussions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/ReferenceNo_CCS000DKT01/listing.html)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences (USUHS), 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02246231-W 20100820/100819000418-05a471709b9eda7977bcd924e0139467 (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.