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

B -- Special studies and analysis—not R&D - SOW

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related 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
NIAIDNOI11130
 
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 NIAIDNOI11130 This is a combined synopsis/solicitation/Notice of Intent 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; quotes are not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NOI11129 and the solicitation is being issued as a Notice of Intent on a sole source basis. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-53). This acquisition will be processed under Simplified Acquisition Procedures and is not a small business set aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure support for extramural research to control and prevent diseases caused by virtually all infectious agents other than HIV, including research to counter bioterrorism. This includes basic and applied research to develop and evaluate therapeutics, vaccines, and diagnostics that is funded through a variety of research grants and contracts. To include the resources necessary to develop the software application code, and to integrate those features, functions, and data related to clinical trials, clinical site management within the Division of Microbiology and Infectious Diseases (DMID) from DMID's current suite of information systems including the new Clinical Research Operations and Management Support (CROMS) system in the DAIDS Enterprise System (DAIDS-ES). The analysis and mapping of DMID operations has been completed. The DMID system requirements, design and configuration planning work to create the DMID-CRMS Clinical Site Monitoring (CSM) system including modifications to the DAIDS-ES has been accomplished. This final stage of the procurement will produce the DMID-CRMS CSM system documentation products meeting DHHS EPLC guidelines; and the development, testing and implementation of the software code necessary to modify the DAIDS-ES for DMID's use. Period of performance from 09/17/2011 thru 09/16/2012 with the ability to perform option years. The following factors are listed in order of Importance and shall be used to evaluate offers: Factor 1 Technical/Management Approach: The offer will be evaluated on the feasibility, adequacy, relevance, and projected results from planning, techniques, approaches, and tool uses. Factor 2 Knowledge, Skills, and Ability of Key Personnel: The offer will be evaluated on the specific and specialized relevant experience, knowledge, skills, abilities, education and capacity of proposed personnel that will provide the services described in the Statement of Work (SOW). Resumes of managerial and technical staff will also be used to evaluate the following areas with respect to proposed personnel: (a) Management of similar projects and tasks (b) Performance of similar work (c) Evidenced references to relevant product and service accomplishments Factor 3 Corporate Experience: The Government will evaluate the contractor's experience in supporting comparable efforts in the past as well as the contractor's ability to meet customer needs and maintain customer satisfaction. The Government will conduct reference checks in order to determine the Contractor's past performance. In this regard for each contracted project listed, the contractor will provide a point of contact (name, telephone number and e-mail address) to support past performance. Please see attached statement of work with evaluation criteria and further information. The North American Industry Classification System (NIACS) Code for this acquisition is 518210, and the small-business size standard is 25.0 million dollars. This is not a small business set-aside, but small, minority and disadvantaged businesses are encouraged to submit quotations. This is a firm fixed-price contract and the FOB terms are "Destination" and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contractor Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item, FAR 52.217-8 Option to Extend Services; FAR 52.217-9 option to Extend the Term of the Contract; FAR 52.225-1, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central 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. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Savings Time on Friday, September 9, 2011. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE-70, Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-3695, or e-mailed to armstrok@mail.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Karen Kirin Armstrong on 301-594-5344. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAIDNOI11130/listing.html)
 
Place of Performance
Address: National Institute of Allergy and Infectious Disease, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02565804-W 20110909/110907235910-29c090fd703a2d093c214334117b12cb (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.