Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOLICITATION NOTICE

R -- NIH Data Center Electrical Professional Support Services - Package #1

Notice Date
5/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management 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
NLM-11-090-AS
 
Point of Contact
Amy Sheib, Phone: 3014966546
 
E-Mail Address
ap370t@nih.gov
(ap370t@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Employee Separation Separation Checklist Commitment to Protect Non-Public Sensitive Information SOW 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-11-090-AS. 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 not a small business set-aside and the North American Industry Classification System (NAICS) code is 541513. It is the intent of the Center for Information Technology (CIT), National Institutes of Health (NIH), to negotiate for NIH Data Center Infrastructure Professional Support Services for CIT's Division of Computer System Services (DCSS), Data Center Operations Branch (DCOB). 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. The Contractor shall provide Data Center Electrical Professional Support Services to: (1) Purchase Order Management; (2) Data Center Electrical Support (3) Phase-Out Plan. A prospective offeror may request and receive a physical walkthrough of the locations in the Building 12 Complex to view the Data Center environment specified in Provision 5.0, TASKS, of the Statement of Work. Walkthroughs will be provided during the hours of 8:30 am - 4:00 pm, local prevailing time, at the convenience of the Government. An offeror requesting a walkthrough should contact the following individual: Ed Suiter, 301.496.7352, esi@mail.nih.gov or Paul Powell, 301.496.5815, powellp@mail.nih.gov. The purchase order term will be for a 12-month period of approximately July 6, 2011 through July 5, 2012 with 2 twelve month option periods from July 6, 2012 through July 5, 2014 for approximately 15,780 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 three evaluation criteria to be included in paragraph (a) of the provision: (1) Experience and Expertise of Proposed Staff (40%) - the offeror's staff will be evaluated based on descriptions of key roles and submitted resumes and "Letters of Commitment" illustrating an appropriate skill mix; and experience of key staff and other proposed technical, management, and project support staff; (2) Corporate Capabilities and Past Performance (50%) - This criterion refers to the offeror's corporate resources and capabilities and performance results (outcomes) of similar tasks for the NIH or in other government contract efforts of similar magnitude. These contracts and projects must have been completed within the past three (3) years or currently in progress for services similar to the requirements specified in the Statement of Work. The offeror's corporate capabilities will be evaluated based on the offeror's description and discussion of its corporation and any proposed subcontractors demonstrating corporate resources and capabilities to perform the Task Areas contained in the Statement of Work. The Government may conduct reference checks in order to determine the offeror's corporate past performance; (3) Technical and Management Approach (10%) - this refers to the manner in which the offeror proposes to plan, manage, control, and provide the services and deliverables under a Labor Hour award mechanism and as specified in the Statement of Work. The offeror's proposed technical and management approach must include a performance-based management system that would track milestones, cost, schedule, and performance requirements. Evidence of a successful approach will strengthen this area. Examples of performance measures might include adherence to milestone schedules, error rates, and levels of customer satisfaction. An award will be made to the offeror who represents the best value to the Government whereby each of the three 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 15 pages, excluding resumes. Any questions can be submitted to Amy Sheib, Contract Specialist, at 301-496-6546. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 3:00 PM LOCAL PREVAILING TIME ON May 25, 2011, AND SHALL BE SENT VIA E-MAIL TO: ap370t@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/NLM-11-090-AS/listing.html)
 
Place of Performance
Address: Address:12 South Drive, Building 12, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02444520-W 20110512/110510235021-f54cd5583586dec13f666d01f6fb4442 (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.