Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
MODIFICATION

R -- Support for Strategic Planning and Activities for NCI's Center for Strategic Scientific Initiatives - Amendment 1

Notice Date
8/10/2011
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions-Treatment and Support Branch, Bldg 244, Room 112, Frederick, Maryland, 21702
 
ZIP Code
21702
 
Solicitation Number
RFQ-NCI-110088-04
 
Point of Contact
Kimberly M. Goetz, Phone: 3012284225, C. Timothy Crilley, Phone: 301/228-4224
 
E-Mail Address
goetzkm@mail.nih.gov, tcrilley@mail.nih.gov
(goetzkm@mail.nih.gov, tcrilley@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Corrected due date Request for Quotation (RFQ) Number: RFQ-NCI-110088-04 Full and Open Competition Support for Strategic Planning and Activities for NCI's Center for Strategic Scientific Initiatives (CSSI) Response Due Dates: The due date and time for submission of quotations received in response to this RFQ is August 22, 2011 at 3:00pm (eastern prevailing time). Responses received after the due date and time will not be considered. The Government reserves the right to change the due date/time by amendment to this RFQ. Responses should be sent electronically to the following individuals: Kim McLaughlin at mclaughlink@mail.nih.gov and Tim Crilley at tcrilley@mail.nih.gov. Questions concerning this RFQ should be direct to the following individuals: Kim McLaughlin, Contract Specialist, at 301/624-8745, mclaughlink@mail.nih.gov C. Timothy Crilley, Contracting Officer, at 301/624-8743, tcrilley@mail.nih.gov 1 Background and Introduction The National Cancer Institute (NCI) Center for Strategic Scientific Initiatives (CSSI) Office of the Director (CSSI-OD or the Office) has as its mission the task of planning, developing, executing, and implementing rapid strategic scientific and technology initiatives that keep the Institute ahead of the scientific curve with respect to potential new highly productive areas and discoveries. This may involve the development and application of advanced technologies, synergy of large scale and individual initiated research, and/or forging novel partnerships that emphasize innovation, trans-disciplinary teams and convergence of scientific disciplines to enable the translation of discoveries into new interventions, both domestically and in the international arena, to detect, prevent and treat cancer more effectively. Under the leadership of the NCI CSSI-OD, several efforts are supported both within NCI and outside of NCI to carry-out its function of supporting timely execution and implementation of activities that have trans-NCI benefit. The Office is responsible for coordinating trans-NIH efforts through implementation of interagency and public private collaborations to enable progress against cancer. For example, the NCI-FDA Interagency Oncology Task Force (IOTF) focuses on the identification of scientific and process gaps in the regulatory pathways for cancer interventions and development of joint science-based approaches to addressing these barriers. Also, the Cancer Steering Committee of the Foundation for NIH (FNIH) Biomarkers Consortium is a public private partnership including NCI, FDA, Centers for Medicare and Medicaid Services (CMS), academia, the pharmaceutical and biotechnology industries, and advocates which plans and implements projects to develop and qualify biomarkers for use in accelerating oncology drug development and improving cancer patient management. Within the Center, CSSI-OD oversees several Offices which together aims to accelerate our understanding of cancer and best practices in research and treatment via cutting edge technologies that take advantage of collaborative efforts to transfer knowledge and insights available from a spectrum of basic and applied research through programs and offices that include: (1) The Cancer Genome Atlas (TCGA) Program Office; (2) Office of Cancer Nanotechnology Research; (3) Office of Cancer Clinical Proteomics Research; (4) Office of Physical Sciences-Oncology; (5) Office of Biorepositories and Biospecimen Research; (6) Office of Cancer Genomics; (7) Knowledge Management and Special Projects Branch; (8) Center for Global Cancer Health Research. These offices support extramural research programs and lead standards and policy development initiatives with the goal of accelerating advances in biomedical technology and furthering the vision of personalized medicine. The increasing success and development of these strategic scientific initiatives has created a requirement for a wide and changing spectrum of expertise that can be applied to support the efforts of CSSI, including activities in such areas as drug and device development, biomarker development and validation for use in drug development, U.S. regulatory requirements for investigational new drugs and investigational new devices, standard operating procedures for clinical laboratory research, clinical considerations in imaging probe development, clinical trial design in the development of biomarkers and imaging modalities as biomarkers that can be used in drug development, treatment, and monitoring of therapeutic responses. Effort anticipated under this requirement could include, but not be limited to, continuation of assistance for CSSI-OD and CSSI Offices by providing scientific and project planning support for activities which require expertise in oncology, drug development, advanced technologies applied to drug and device development, biomarker science, and imaging technologies, regulatory affairs, research project management, clinical trial management, business plan development, scientific writing, meeting implementation, and general business documentation. 2 Statement of Work Tasks Task Area 1-Support for the Director and Deputy Director on activities within the Office of the Director of CSSI shall include the following tasks: 1. Develop and plan senior scientific strategy that supports activities in multi-center, multi-agency committees and initiatives such as NCI-FDA Interagency Oncology Task Force (IOTF) and the Cancer Steering Committee of the FNIH Biomarkers Consortium. Activities include: a. Design and perform background research, participate in planning, develop relational databases and prepare draft white papers on topics relevant to the research and business needs of the initiatives and collaborations of the Director and Deputy Director of CSSI. b. Identify, qualify, and convene key participants for scientific workshops and conferences relevant to these initiatives; draft meeting agendas; participate in the meetings; draft meeting reports for internal use in project planning and for publication. Parties involved may include NCI, other NIH entities, FDA, academia, and industry. c. Design and perform literature/media research and prepare written summaries to keep the Director and Deputy Director of CSSI abreast of complementary research initiatives, both in the U.S. and worldwide. d. Develop and maintain research and business plans for projects undertaken by the Director and Deputy Director of CSSI. These plans shall emphasize the use of best practices and shall include: i. Definition of what will be measured and calculated; ii. Gap analysis to identify data needed to successfully complete a project; iii. Instruments or reagents to be used; iv. Standardized acquisition parameters for imaging, bioassay and tissue data; v. Drugs selected for use in protocols; vi. Clinical studies performed to validate biomarker assays and new technologies (including development and analyses of retrospective databases) and to evaluate the biomarker as a correlate of clinical status; vii. Sites and investigators who will carry out the clinical studies; viii. Governance plan for the project; ix. Further data and analyses required to bring the biomarker, clinical trial process, etc. to routine use in drug development and/or other clinical settings, and publication of methods and results (including guidance from the FDA); x. Business plans will include project timelines, projected resources and budget, and decision points for continuing or abandoning specific components of the plan or the entire plan. e. Develop and review research protocols and analysis plans for projects carried out under the auspices of the Director and Deputy Director of CSSI. It is anticipated that many of the protocols will have novel and complex designs (e.g., adaptive randomization, multiple investigational agents and/or devices) aimed at advancing the sciences of oncology drug development and management of cancer patients. 2. Design approaches and provide operational/documentation support to management of intellectual property and data sharing for multidisciplinary, multi-institutional projects carried out under the auspices of the Director and Deputy Director of CSSI. 3. Develop and maintain processes for multidisciplinary, multi-institutional projects: a. Track project working groups and define roles and responsibilities of individuals and working groups in carrying out projects. b. Design and develop processes and systems for communicating and sharing information among project participants. 4. Develop science-based regulatory strategy and provide regulatory affairs support for studies sponsored by the Office of the Director of CSSI and its collaborators. Develop, submit, and maintain regulatory documentation (e.g., investigational device exemption (IDE) applications, 510(k) applications, investigational new drug (IND) applications and Master INDs, imaging charters, briefing documents, biomarker qualification packages). Manage safety data and reporting and Data and Safety Monitoring Board (DSMB) activities. 5. Manage operations for sponsored studies. For example, qualify sites for carrying out the studies; ensure manufacturing, tracking, and delivery of study materials to appropriate locations; assist in development of data management/bioinformatics systems; monitor study progress; and carry out quality assurance audits of study data and processes. 6. Prepare draft manuscripts, critical reviews, news releases, PowerPoint presentations and other graphics, etc., as requested for publication of research results and plans. Ensure that the required Government clearances/approvals are obtained prior to starting work and/or releasing/publishing these items. 7. Perform coordination activities. Maintain contact information for working groups, committees, project teams, etc.; assist in planning business meetings and teleconferences; prepare agendas and minutes for same; maintain files of correspondence and other documentation as directed. 8. Facilities, staff, equipment, and processes in place at start of contract. Including a relevant data management system that is caBIG compatible, and supports regulatory submissions, including preclinical and clinical data management, safety data, regulatory document tracking and background materials for IND/IDE maintenance. 9. The Contractor shall be readily available to attend meetings in person in Bethesda with one hour advance notice and respond to requests after normal business hours and on weekends. Task Area 2- Support for the Office of the Director of CSSI on activities for CSSI initiatives shall include the following activities: 1. Senior scientific strategy development and support for research business planning specific to CSSI initiatives. Tasks shall include: a. Conduct literature/media research and prepare written summaries for specific CSSI initiative(s) steering committees in support of high-priority initiatives. b. Provide scientific literature research and review (including written summaries and databases) for selection of biomarkers; laboratory technologies and imaging modalities along with clinical settings providing the best possible opportunities for development of biomarkers, nano-based moieties and technologies, and proteomics-based technologies useful in oncologic drug development and improving the care of cancer patients; include information to address both scientific and economic criteria for qualifying candidate biomarkers. c. Develop priority ranking of research efforts within CSSI initiative(s) by drafting criteria for determining their utility for developing new oncology therapies or new uses of approved therapies or other intended uses. d. Prepare and maintain documentation for justifying CSSI initiatives and assisting with implementation with all stakeholders (e.g. academia, patient advocates, FDA, industry). e. Prepare and maintain overall research and business plans for the Office of the Director of CSSI on CSSI initiative(s) projects, including elements listed above under Task Area 1, Task 1.d. 2. Support grantees and other stakeholders in the initiatives of CSSI. It is anticipated that this support shall include tasks such as: a. Assist in implementation of research plans. Activities include: i. Prepare draft documentation of the definitions and standards for review by CSSI and individual initiative committees, including review and assurance of standards adequate for data sharing among protocols. ii. Draft clinical protocols and provide project management tools (e.g., via Microsoft Project) for clinical protocols. iii. Provide regulatory affairs support (see Task Area 1, Task 4). iv. Provide quality assurance support (see Task Area 1, Task 5). v. Provide scientific and technical assistance for data analyses and documentation on clinical trials. vi. Prepare relevant experimental support, including identification and selection of appropriate laboratories, and acquisition and monitoring of testing to assist in publication of the results of studies and research plans. vii. Compiling and analyzing study data for use in drafting regulatory guidance and to support approval applications. Examples of specific tasks include preparation of a clinical development plan for a nano-based drug or drug delivery system; development and maintenance of specific clinical protocols and regulatory documentation (e.g., IND, IDE, 510(k)) for the nano-based product in support of the clinical development plan or for proteomics assay; and assisting in preparation of briefing documents and data packages for FDA validation and qualification of proteomics assays. b. Prepare draft manuscripts, news releases, PowerPoint presentations, etc. Assist in publication via a dedicated website, (Government, if available, contractor, if not) as well as by preparing draft presentations for relevant scientific and trade association meetings, articles in the scientific and trade association literature, and news releases directly to the public or via other interested parties. Ensure that the required Government clearances/approvals are obtained prior to starting work and/or releasing/publishing these items. c. Perform literature/media research and prepare written summaries to keep CSSI and the individual initiatives abreast of complementary research initiatives, both in the U.S. and worldwide. 3 Firm Fixed Price Proposal and Award Information This RFQ is a firm fixed price indefinite delivery indefinite quantity (IDIQ) contract. 3.1 Period of Performance and Other Information This Request for Quotation (RFQ) is to solicit responses from organizations that can provide work in accordance with the Statement of Work. The Government intends to award one (1) indefinite delivery/indefinite quantity (IDIQ) purchase order contract. The total period for the IDIQ contract shall not exceed five (5) years and will include a one (1) year base period and four (4) one (1) year options. The following FAR clauses are applicable to this RFQ: (reference below Section 8 - Full Text of FAR Clauses for the full text of most of these clauses. See https://www.acquisition.gov/far/index.html for full text of the Federal Acquisition Regulations): • FAR 52.209-7, Information Regarding Responsibility Matters • FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters • FAR 52.212-1, Instructions to Offerors - Commercial Items • FAR 52.212-3, Offeror Representations and Certifications • FAR 52.212-4, Contract Terms and Conditions - Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 4 The minimum and maximum quantities awarded : Minimum Maximum Base Period: $1,000.00 $595,000.00 Option Period 1: $1,000.00 $595,000.00 Option Period 2: $1,000.00 $595,000.00 Option Period 3: $1,000.00 $595,000.00 Option Period 4: $1,000.00 $595,000.00 5 The purchase order type is firm fixed price. 6 Basis for Award Responses will be reviewed against the following technical criteria. Award will be made, subject to available funding, to the quote that is technically acceptable that meets all requirements identified in the Statement of Work and price/cost. In the event that two or more bidders are determined to be essentially equal following the technical acceptability (compliance with the Statement of Work requirements) in accordance with the below criteria, then low price/cost will become the determining factor. The Government reserves the right to make an award from this solicitation to the responsible bidder whose quote is the most advantageous to the Government, price and other factors considered. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Technical Approach (30%): The offeror's approach to the Statement of Work must demonstrate a significant knowledge and experience in drugs (basic, translational, clinical, and regulatory science in addition to such business matters as business and marketing affiliations among drug companies, existing partners and competitors, etc.); diagnostic tests (basic, translational, clinical and regulatory science in addition to such business matters as business and marketing affiliations among independent clinical laboratory companies, academic clinical laboratories, and diagnostic test companies); imaging (basic, translational, clinical, and regulatory science, in addition to the business matters and relationships among the manufacturing companies); biomarkers (basic, translational, clinical, and regulatory science); devices (basic, translational, clinical, and regulatory science, in addition to the business matters and relationships among device manufacturers and third-party payors); relational databases (all previously mentioned disciplines, computer sciences, information technology, IT security, personal health information requirements); statistics (all previously mentioned disciplines, data integrity and validity, statistical expertise over multiple broad disciplines, including implementation of novel protocol designs, communication skills); informatics (all previously mentioned disciplines, computer science, information technology, statistical requirements, high levels of expertise in the use of sophisticated and computationally intensive techniques of bioinformatics); protocol design and monitoring (draws from all sciences, disciplines, and communications skills previously mentioned and requires a high level of practical clinical experience); regulatory science (interface with all FDA components and personnel, particularly CDER, CDRH, and CBER); insurance coverage for clinical research (including Medicare, private insurers and managed care in order to reduce clinical trial costs wherever possible); intellectual property issues (including licensing, ownership and confidentiality policies for multi-party industry/academia/government collaborations); and policies and regulations required to establish and effectively carry out public-private partnerships (including multi-party Investigational New Drug (IND) and Investigational Device Exemption (IDE) applications, data sharing and publication rights, governance structures, inter-party contracts). The technical approach should show competence in identifying relevant (i.e. chemoprevention-related) problems and how the offeror would provide effective solutions in a timely manner. The scientific quality and feasibility of the technical approach with respect to the Scope of Work will be evaluated in terms of competence and ability to accomplish these multi-disciplinary scientific and support tasks. In addition, the following components will be evaluated: 1. Methodology for scientific informatics management, including database support, producing web-based resources and overall information management and delivery of services. 2. Methodology for coordination and interaction with the public and private sectors to accomplish tasks. 3. Approach to scientific quality control procedures. 4. Transition plan. 5. Suitability of plans for use of consultants Personnel (30%): 1. Availability of Principal Investigator with training and experience in biomedical and clinical research, drug development, regulatory affairs, and bioinformatics. 2. Availability of key positions with training and experience in drug discovery and development, regulatory activities, industry collaboration, information management, and the clinical trials process in cancer prevention. 3. Experience and expertise of personnel in complex database management, oversight management of regulatory activities, informatics system design including web-based technology, and conference planning. 4. Appropriateness of consultants' expertise and experience. Organizational Experience (30%): 1. Suitability of the organization's past experience and current research activity in each of the task areas of the Statement of Work. 2. Documentation of the organization's experience relative to the size and scope of the work requested. 3. Documented evidence of problem solving skills, creativity, and improved outcomes in current or past work relevant to this Statement of Work. Facilities (10%): 1. Documented availability of adequate facilities, equipment, and secure storage of documents and databases to perform the Statement of Work. 2. Availability to readily transfer paper files within twenty-four hours of request and to transfer other information rapidly by electronic means. 3. Availability of state of the art database management system and internet access. 7 To be Submitted with Offeror's Proposal • Technical proposal • Business Proposal to include: proposed budget for the base year and each option year. • A RFQ response page limit of 30 pages, not including any appendices (appendix pages do not count towards the 30 page limit). 8 Purchase Order Clauses and Terms The following FAR clauses and Terms are applicable and will be incorporated in purchase order contracts. The below FAR clauses are being provided in full text (See https://www.acquisition.gov/far/index.html for full text of the Federal Acquisition Regulations): • FAR Clause 52.215-2, Audit and Records - Negotiation (March 2009) with Alternate I (March 2009) • ORDERING AND ORDERING LIMITATIONS clauses (1) FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from twelve (12) months from date of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. As noted in FAR 52.216-18 Ordering (a), delivery orders or task orders will be processed by the following designated individuals, no other individuals are authorized Information: *To be determined*, Phone: 301/ xxxx *To be determined*, Phone: 301/ xxxx (2) FAR 52.216-19 Order Limitations (Oct. 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than minimum quantity stated, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of the maximum quantity stated; (2) Any order for a combination of items in excess of the maximum quantity stated; Or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 calendar days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. Note: The contractor shall NOT provide any service over the maximum quantity stated for the base year or each option year. (3) FAR 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) 1Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after Period of Performance. • OPTIONS (to be included as applicable to each purchase order contract) (1) FAR 52.217-8 Option to Extend Services (November 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six (6) months. The Contracting Officer may exercise the option by written notice to the Contractor within thirty (30) days. (2) FAR 52.217-9 Option of Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed *** months. • DELIVERY Deliveries and Acceptance: Satisfactory performance of this contract shall be deemed to occur upon the Contractor's delivery and acceptance by the Government. For the purpose of this contract, the duly authorized representative, is the Contracting Officer's Technical Representative. The Contracting Officer or the duly authorized representative will perform inspection and acceptance of materials and services to be provided. Inspection and acceptance shall be performed at the address of the duly authorized representative. Acceptance may be presumed unless otherwise indicated in writing by the Contracting Officer or duly authorized representative within 30 calendar days of delivery. • Contracting Officers Technial Representative (COTR) The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommended to the Contracting Officer changes in requirements; (2) interpreting the specifications and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this purchase order; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this purchase order. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the specifications; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change it's COTR designation: COTR information will be provided at award of contract. Name Address Bethesda, Maryland *** (Phone) 301-xxxxxx • INVOICE SUBMISSION Invoices shall be submitted in accordance with Attachment I - INVOICE AND PAYMENT PROVISIONS to the contract. Invoice and Payment Provisions The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: Prompt Payment (Oct 2008) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I. Invoice Requirements A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2. Remit-to address (Name and complete mailing address to send payment). 3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4. Invoice date. 5. Unique invoice #s for all invoices per vendor regardless of site. 6. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document. 9. Identify that payment is to be made using a three-way match. 10. Description of supplies/services that match the description on the award, by line billed.* 11. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C. Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document. II. Invoice Payment A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed. B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. Interest Penalties A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with an term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF2/RFQ-NCI-110088-04/listing.html)
 
Record
SN02528781-W 20110812/110810235332-2e82620c1d88d10ddbcc69e0631219d8 (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.