Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

R -- Expert Consulting Services for Combined Federal Campaign - SOW

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIH-OLAO-OD5-2501317
 
Archive Date
5/10/2012
 
Point of Contact
Anita Edwards, Phone: (301)496-6605, Anne Mineweaser, Phone: 301-827-7683
 
E-Mail Address
edward1a@od.nih.gov, anne.mineweaser@nih.gov
(edward1a@od.nih.gov, anne.mineweaser@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria Statement of Work <h4 style="LINE-HEIGHT: 12pt; MARGIN: 0in 0in 0pt; mso-line-height-rule: exactly">This is a combined/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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NIH-OLAO-OD5-2501317, and the solicitation is being issued as a Request for Quote (RFQ). This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-56). This acquisition will be processed under Simplified Acquisition Procedures and is a Small Business Set-Aside. The North American Industry Classification System (NIACS) Code for this acquisition is 541618, and the small-business size standard is $7.0 million. Expert consultant services are requested to facilitate a wide range of activities to carry out the Combined Federal Campaign for the Federal Government. In performance of this award, the Contractor shall perform the following tasks: Task I - Discuss Strategy with Host Agency, Task II - Facilitate Selection of Campaign Managers for every Operating Division (OPDIV) and Staffing Division (STAFFDIV), Task III - Facilitate Selection of Team Leaders within Large Agencies, Task IV - Establish CFC Goals for all reporting numbers, individual PDIV/STAFFDIVs, Task V - Facilitate Selection of Keyworkers. Work with OPDIV/STAFFDIV Campaign Managers and other team members to establish keyworkers representing every element of the Federal Government, Task VI - Facilitate Training of Keyworkers. Coordinate and train over 1,500 keyworkers representing every aspect of the Federal Government, located in various buildings throughout the Washington, Maryland, and Virginia area. Please see the attached Statement of Work (SOW) and Instructions for further tasks of this requirement. Contractor personnel will be expected to have routine (1) physical access to an HHS-controlled facility; (2) physical access to an HHS-controlled information system; (3) access to sensitive HHS data or information, whether in an HHS-controlled information system or in hard copy; or (4) any combination of circumstances (1) through (3).To gain routine physical access to an HHS-controlled information system, and/or access to sensitive data or information, the Contractor and its employees shall comply with Homeland Security Presidential Directive (HSPD)-12, Policy for a Common Identification Standard for Federal Employees and Contractors; Office of Management and Budget Memorandum (M-05-24); and Federal Information Processing Standards Publication (FIPS PUB) Number 201; and with the personal identity verification and investigations procedures contained in the following documents: •1. HHS Information Security Program Policy ( http://www.hhs.gov/read/irmpolicy/121504.html ) •2. HHS Office of Security and Drug Testing, Personnel Security/Suitability Handbook, dated February 1, 2005 ( http://www.hhs.gov/ohr/manual/pssh.pdf ) •3. HHS HSPD-12 Policy Document, v. 2.0 ( http://www.whitehouse.gov/sites/default/files/omb/assets/omb/memoranda/fy2005/m05-24.pdf ) •4. Information regarding background checks/badges ( http://idbadge.nih.gov/background/index.asp ) FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical approach, past performance and pricing. Technical and past performance, when combined, is more significant than price. See attached document for complete evaluation criteria. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. 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; 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 Central Contractor Registration. Under FAR 52.212 5, paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government. (SEP 2006) - Alternate I (OCT 1995)52.219-6 Notice of Total Small Business Set-Aside. (JUL 1996), 52.219-8 Utilization of Small Business Concerns. (MAY 2004), 52.219-14 Limitations on Subcontracting. (DEC 1996), 52.222-3 Convict Labor. (JUN 2003), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases. (FEB 2006), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. (OCT 2003), FAR 52.217-9 Option to Extend the Term of the Contract; and (HHSAR) (48 CFR Chapter 3) CLAUSES are incorporated by reference. 352.224-70 Confidentiality of Information. (JAN 2006), 352.249-14 Excusable delays. (JAN 2006), 352.270-1 Accessibility of meetings, conferences, and seminars to persons with disabilities. (JAN 2001), 352.270-4 Pricing of adjustments (JAN 2001), 352.270-6 Publications and publicity. (JAN 2006), 352.270-10 Anti-lobbying. (JAN 2006), 352.270-11 Privacy Act. (JAN 2006), 352.270-12 Pro-Children Act. (JAN 2006), 352.270-13 Tobacco-free facilities. (JAN 2006). 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 Wednesday, April 25, 2012. For delivery of responses through the Postal Service, the address is NIH/OD, 6011 Executive Blvd, Suite 529, Rockville, Maryland 20852. E-mail submissions to anita.edwards@nih.gov by required response time. Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be e-mailed to anita.edwards@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 Anita Edwards at 301-496-6605. Collect calls will not be accepted. Point of Contact Anita Edwards, Contract Specialist, Phone 301-496-6605, Fax 301-480-1137. Email anita.edwards@nih.gov - Roshawn Majors, Contracting Officer, Phone 301-496-8830, Email: Roshawn.Majors@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OLAO-OD5-2501317/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02719290-W 20120413/120411234956-3257ae99f72451bbba2c9e8fe4d97807 (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.