Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

R -- Professional, administrative and management support services - SOW

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting 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-RFQ12019
 
Archive Date
2/11/2012
 
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
SOW for NIAID-RFQ12019 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-RFQ12019. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55 effective January 3, 2012. 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 541611, which has a small-business size standard of $7.0 million dollars. The National Institute of Allergy and Infectious Diseases (NIAID) intend to procure: 1 professional training session in Rocky Mount Laboratories in Hamilton, Montana, 1 professional videocast training session from Bethesda, Maryland and 26 professional training sessions for NIAID employees located in Bethesda, Maryland, titled 'Perspectives in Communication'. Please see the attached statement of work for general requirements and further details. Period of performance from 02/01/2012 thru 01/31/13. Offerors will be evaluated and considered by the ability to provide specified lines by February 1, 2012. The following factors are listed in order of Importance and shall be used to evaluate offers: 1) Technical capability to meet required specifications; Factor 1 Technical capability: The contractor shall demonstrate knowledge and proficiency with all the skills needed to technically perform the task: Evaluation Criterion: The Government will evaluate the extent to which the Offeror's proposal demonstrates the level of knowledge and understanding of the technical requirements and the tasks to be performed. Understanding includes the ability of the offeror to provide a technical plan that demonstrates an understanding of the scope and objectives of the tasks as outlined in the SOW. Factor 2 Key Personnel and Staffing: Offeror shall submit resumes of all key personnel and identify the project manager. For the additional personnel, list names, titles, and proposed duties, if any, who will be required for full time employment or on a subcontract or consultant basis. If subcontractors are proposed, information is provided to support the qualifications of the subcontractors. The extent to which outside consultants or specialists will be used is documented and evidence of their availability is provided. Evaluation Criterion: The contractor must demonstrate the applicability of skills and experience with respect to the tasks delineated in the SOW. The contractor must be able to ensure that personnel are currently available and/or committed to the contract as of the start of the proposed period of performance. Factor 3 Past Performance: Offerors shall submit the following information as part of their technical proposal. A list of the last 3 contracts completed during the past five 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. Factor 4 Price: The government will award a fixed price purchase order to the responsible contractor. Quote must include travel expenses to Hamilton, Montana as well as any materials expense. The FOB terms are 'Destination' and Net 30. 52.217-7 Option for Increased Quantity-Separately Priced Line Item, Option 52.217-8 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, January 27th, 2012. 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 1/25/12, 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-RFQ12019/listing.html)
 
Place of Performance
Address: National Institute of Allergy And Infectious Diseases, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02656327-W 20120120/120118234537-65da2b6e1efbbc6de06dda32b36a8763 (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.