Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

A -- Research and development - SOW

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NIAID-RFQ1162
 
Archive Date
9/24/2011
 
Point of Contact
Karen Armstrong, Phone: 301-594-5344, John - Foley, Phone: 301-402-2284
 
E-Mail Address
armstrok@mail.nih.gov, jfoley@niaid.nih.gov
(armstrok@mail.nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for NIAID-RFQ1162 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on NIAID-RFQ1158. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53 effective July 5th, 2011. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The associated North American Industry Classification System (NAICS) Code is 611710, which has a small-business size standard of 7.0 million dollars. The National Institute of Allergy and Infectious Diseases (NIAID) intend to procure events management and meeting support. The contractor shall be prepared to provide logistical support for various 2012 National Global Doctoral Partnership (NGDP) events including the following: Prospective student interviews to be held in February 22-23, 2012 on the NIH main campus; New student Visit Weeks to be held in June on the NIH main campus and at Oxford and Cambridge Universities (specific dates TBA); Annual program Colloquium to be held at Oxford University June 19-21, 2012. The provider will work with NGDP staff to ensure streamlined pre- and post-meeting service as well as responsive onsite support as needed. The selected service provider will: provide Travel Support for February 2012 Interviews, Visit Weeks and Colloquium; arrange February 2012 air travel via the company's travel planner for student interviewees (61) and UK interviewers (8); Round trip to Washington, DC and back to home for interviews February 22-23. Travel to and from mostly U.S. and some foreign cities @ contract fares; Round trip to Washington, DC, to London, England and back to home for Visit Week and Colloquium for 21 new admits; reimburse students (candidates and new admits) for ground transportation costs to/from airport and to/from Oxford University (maximum reimbursement equals $40 total for US and UK airports and $40 for bus transport to university); make available to program planners a web-based registration system to track attendance for events including the June Scholars Colloquium to be held at Oxford University; arrange hotel lodging in Bethesda for student interviewees (61) and UK interviewers (8) invited to February screening (students will share rooms); arrange hotel lodging in Bethesda for new program admits (21) participating in June 2012 Visit Week in Bethesda. Students to be provided university housing for Colloquium at Oxford); coordinate with caterers meal arrangements for interviews and Visit Week at NIH: 69 boxed lunches on February 22, 2012 (interview day #1); 69 boxed lunches on February 23, 2012 (interview day #2); Light refreshments for Poster Session on February 23 (61 candidates, 8 interviewers, 50 student presenters, 20 mentors); introductory lunch with program faculty (69) during day #1 of 2012 Visit Week; provide Metro fare for 61 candidates for two days during interviews (February 22-23); book hotel rooms for 21 new admits (two trainees of same gender per room) for June Visit Week (hotel TBD); for events taking place on the NIH main campus, every attempt should be made to reserve hotel space at a single facility in Bethesda, preferably within walking/Metro distance to the NIH; if Metro, Bethesda station preferred for 21 students; ensure that negotiated hotel rates apply if a traveler would like to extend his/her stay. The traveler will be responsible for extra charges; communicate regularly with hotel personnel on numbers to avoid cancellation charges. Administrative Guidelines-the contractor shall arrange travel in accordance with all applicable government regulations. NGDP administrative personnel will provide the contractor with detailed information regarding scheduled programs and activities as plans are finalized. Contractor will negotiate for best room rates possible. Program staff will ensure that the contractor receives the necessary information at least six weeks in advance of the dates of the scheduled activities to allow ample time for the necessary services to be provided. The contractor will work directly with student and faculty travelers regarding all travel arrangements. Travelers may not purchase their own airfare. Ensure travelers understand which costs will and will not be covered. Constantly reiterate that U.S. government travel rules and regulations apply and hence the "most direct route" may not always be available. Distribute ground transportation policy. The contractor shall pay the hotel directly and arrange airfare for travelers who are not to be reimbursed for these costs. Provide NIH staff with daily updates of travelers' itineraries. Period of performance from 09/30/11 thru 09/29/2012 with the ability to provide option years. The following factors are listed in order of Importance and shall be used to evaluate offers: Factor 1 Technical capability: The contractor must demonstrate a thorough understanding of the scope of work order requirements and will demonstrate proven ability to apply innovative and cost effective approaches to projects. The proposal will be evaluated according to the soundness, practicality, and feasibility of the detailed, written description. Sample round trip air fares from Washington DC to San Francisco, Chicago and London including the fees and overhead charged and fees for changing itineraries must be included in the proposal. Factor 2 Project Management and Operations: The contractor must demonstrate that the proposed Project Manager has at least 5 years of experience managing and participating in programmatic activities for similar efforts equal to the size and scope of this project. Contractors are to provide a detailed staffing plan that describes the contractor's approach to managing the work. As part of any proposal submitted, contractors shall summarize the company's relevant experience and will describe the skills of each of the individuals assigned to work on the proposed for the task order. Factor 3 Past Performance: The contractor must demonstrate experience working with NIH, recent successful experience in managing similar contracts or related work in a comparable topic area and technical complexity, and familiarity with student training programs within the US government similar to the Global Doctoral Partnerships. Offerors shall submit the following information as part of their technical proposal. A list of the last 3 contracts completed during the past three years and the last three contracts currently being performed that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Include the following information for each contract or subcontract listed: 1) Name of Contracting Organization 2) Contract Number (for subcontracts, provide the prime contract number and the subcontract number) Contract Type 4) Total Contract Value 5) Description of Requirement 6) Contracting Officer's Name and Telephone Number 7) Program Manager's Name and Telephone Number Offerors may provide information on problems encountered on the identified contracts and the offeror's corrective action. The offeror shall submit comparable information on all subcontractors that the offeror proposed to perform a major subcontract under this effort. For the purpose of this solicitation, a major subcontract' is defined as a subcontract over $550,000. The Government will contact each reference by phone to verify information past performance references. The Government may use the NIH Contractor Past Performance System, technical personnel, or contact other government agencies. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 2) Price. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are "Destination" and Net 30. 52.217-7 Option for Increased Quantity-Separately Priced Line Item, Option 52.217-8 Option to Extend Services 52.217-9, Option to Extend the Term of the Contract FAR 52.212-1, Instructions to Offerors, FAR52.212-2 Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items: FAR 52.212.5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232.34, Payment by Electronic Funds Transfer-Other than Center Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on Friday, September 9th, 2011. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Rd, Room 2NE70, MSC 4812, Bethesda, MD 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement are to be submitted in writing by NLT 9/6/11, and should be faxed to 301-480-3695, or e-mailed to armstrok@mail.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mrs. Armstrong on (301) 594-5344. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ1162/listing.html)
 
Place of Performance
Address: National Institute of Allergy And Infectious Diseases, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02565789-W 20110909/110907235902-b91b792f7742ce05da5bf11a212bdb26 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.