Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOURCES SOUGHT

R -- Conference, Logistical, Analytical and Technical Services for the Office of AIDS Research

Notice Date
2/28/2011
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 537C, MSC-7663, Bethesda, Maryland, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
HHS-NIH-OD-OLAO-11-004
 
Archive Date
3/30/2011
 
Point of Contact
Oghogho Joy Ajao, Phone: 3014435655
 
E-Mail Address
ajaooj@mail.nih.gov
(ajaooj@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health is doing a market survey to determine the availability and potential technical capability of Hubzone, Service-disabled veteran owned 8(a), and small businesses to provide services to the Office of AIDS Research (OAR). The OAR intends to recompete a contract to provide services that support the programs of the office. The OAR is responsible for the scientific planning, budgetary, legislative, and policy elements of the NIH AIDS research program. OAR promotes collaborative research in both national and international settings and is responsible for the development of an annual comprehensive plan and budget for all NIH AIDS research. OAR supports' trans-NIH Coordinating Committees to advance these efforts in the following areas of program emphasis: Natural History and Epidemiology; Etiology and Pathogenesis; Therapeutics; Vaccines; Microbicides; Behavioral and Social Science; Women and Girls; Racial and Ethnic Populations; Training, Infrastructure, and Capacity Building; and Information Dissemination. Services that will be required through this procurement will include, but are not limited to: A) Writing, Editorial, Production, and Document Preparation Support for large documents, visual aids, meeting materials, exhibits, and other products, most often on a quick turnaround basis. Current knowledge of the science of AIDS, the NIH AIDS research program, and the activities of OAR are required. B) Technical Information Systems Support for electronic communications and dissemination of information using the Internet or other technology. The Offeror will have the capability to design and maintain web sites. Collection and maintenance of information resources in an automated manner will be required, as will the development of an easy-to-use database system for tracking information on people and events. Software support and training capabilities are sometimes required. C) Analysis Support for literature searches, analysis/synthesis of data, drafting issues papers on topics from science to policy, development of strategies for information dissemination, and program documentation and evaluation. D) National and International Meeting Support from planning, budgeting, identification of presenters and participants, agenda development, logistical arrangements, travel and expense reimbursement, contract negotiations, development and dissemination of briefing materials, onsite materials, and post meeting information, correspondence and tracking and production of documentation. Due to the levels of funding and staffing, the requirement to have relevant experience working with high profile individuals and subject matter, the requirements for quick response and error-free deliverables, special requirements have been established for potential offerors. The special requirements include: 1) To assure rapid response to changing program needs and to assure adequate day-to-day management of multiple complex activities that must be conducted in close concert with activities of OAR staff, other NIH institutes or Federal agencies, and other contractors, the project staff of the successful Offeror and subcontractors must be available to meet with OAR program staff in Rockville, Maryland, with as little as 2 hours' advance notice. Such meetings on any given day will involve one or more members of the Offeror's team representing different areas of service. 2) The Offeror shall have sufficient staff so that the Project Officer can develop a long-term working relationship with the same individual or individuals over the life of the contract to maintain continuity in the delivery of services. Staffing capabilities must be flexible enough to meet peak requirements such as onsite staffing for a conference. There must be an adequate depth of staff to allow projects to be staffed and begin without delay. It is important that the Offeror have a plan for maintaining trained staff with experience working with the OAR that can be accessible when required but not be billable to the project during periods of minimal activity. 3) The Offeror will assist, often under tight deadlines with the development of issues papers, briefing books, research papers, summary reports, etc., regarding the mission of the OAR, programs underway, budget, and other substantive issues. Analytical and editorial staff must have a thorough knowledge of HIV/AIDS research issues and familiarity with resources for quickly compiling current data. 4) OAR is a top-level, policy making office in which NIH staff work under considerable pressure to carry out the office's mission through its various programs and activities, as well as respond to high level requests for information regarding the AIDS research program at NIH. The Director is frequently called on to make presentations or give testimony to Congress regarding budget appropriations for AIDS research or to discuss progress being made in the NIH AIDS research program. These activities challenge OAR program staff to efficiently assemble appropriate data presentations. Schedules that are set up are nonnegotiable, frequently with stringent deadlines. Offeror staff must be prepared to react competently to these quick turnaround requirements by compiling documentation into briefing books, summary reports, presentation materials, etc. using information provided by OAR program staff. The Offeror should have adequate facilities, with back up staff and equipment, to produce materials, often overnight, without delay. 5) Offeror staff will interact with individuals from the highest levels of the U.S. and foreign governments, community groups and advocates, scientists and medical professionals and HIV+ individuals regarding highly sensitive subject matter. Offerors must demonstrate experience working in a highly sensitive and confidential environment successfully. Offeror must demonstrate experience working with underserved communities level officials 7) The Offeror shall demonstrate knowledge and understanding of travel arrangements and requirements in and out of the United States according to the Federal Travel Regulations. 8) The Offeror will be required to make payments, upon approval of the Project Officer, to organizers of collaborative or supported events; to pay vendors for products and services required for conferences or other activities and to reimburse meeting participants for expenses and honoraria. Offerors must demonstrate the ability to make both domestically and internationally. 6) The Offeror must have experience working throughout the United States and internationally. Offeror staff may be called upon to work with VIPs from the U.S. and other countries. The Offeror should demonstrate experience with high payments as requested and without delay. Firms responding to this market survey should respond to each of the 8 special requirements demonstrating capability. Responses should be concise with only the pertinent information requested, not to exceed 10 single-spaced pages. If subcontracting or teaming is anticipated in order to meet the requirements, the prime contractor must demonstrate the ability to deliver the technical capabilities and maintain adequate labor, management and financial control of the project. The intended procurement will be classified under NAICS Code 561110 size standard $7.0 million. This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE, WHICH IS: March 15, 2011 at 3PM Eastern Time. Two (2) copies of the capability statement must be sent to: Marcia Goldman, Office of Logistics and Acquisition Operations, 6011 Executive Blvd., Room 539A, Bethesda, MD 20892-7633. (Ref: HHS-NIH-OD-OLAO-11-004). (NOTE: If you are using a courier service, Federal Express, UPS, or Express Mail, the city, state, and zip code should read ROCKVILLE, MD 20852). Facsimile and emailed capability statements will not be accepted. Comments and questions regarding this announcement will NOT be answered, but may assist in creating a solicitation for this requirement. Respondents shall address all applicable small business representation when sending capability statements. Disclaimer and Important Notes : This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OLAO/HHS-NIH-OD-OLAO-11-004/listing.html)
 
Place of Performance
Address: 6011 EXECUTIVE BOULEVARD, OFFICE OF LOGISTICS ACQUISITION OPERATIONS, BETHESDA, Maryland, 20892-7663, United States
Zip Code: 20892-7663
 
Record
SN02389141-W 20110302/110228234255-b74b927215e9c4ea099771486aace836 (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.