Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOURCES SOUGHT

R -- The NIH Scientific, Technical, and Other Professional Services - DRAFT SOW

Notice Date
7/29/2016
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
HHS-NIH-NIDA(MH)-SBSS-16-026
 
Point of Contact
Suzanne Stinson, Phone: 301 443 4116
 
E-Mail Address
sstinson@mail.nih.gov
(sstinson@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT SOW This is a Small Business Sources Sought notice. This is not a solicitation for Proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; women-owned small businesses; or small, disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. As part of your capability statement, please also indicate if you have a GSA schedule contract, a contract on GSA 8(a) STARS, or a contract on the GSA VETS GWAC. The NAICS code being contemplated for this requirement is 541690. A copy of the draft Statement of Work is attached. It is anticipated that if a contract is awarded for this requirement that the period of performance will be three (3) years. The previous contract awarded for these services was to Kelly Services, Inc. (999 West Big Beaver Road, Troy, Michigan 48084) under contract number no. HHSN271201500007I. This sources sought is strictly market research, however questions will be accepted via e-mail. The cut off for submission of questions is August 9, 2016. Questions should be e-mailed to sstinson@mail.nih.gov. Answers to questions will be made available by an amendment to the Sources Sought notification in FedBizOpps. In order to respond to this notice, Contractors must be able to clearly convey its capability to: 1. Meet the requirement provided in the Statement of Work. 2. Support all NIH locations, and provide services in the United States and Canada, as per the Statement of Work. 3. Provide a plan detailing the management and retention of contractor personnel. 4. Provide orientation and training on NIH-specific systems and ensure that any security clearances required have been obtained. 5. Have recruiting and placement capabilities for several hundred professionals per year. The typical turnaround time for recruiting and replacing existing staff is not more than two (2) weeks. 6. Possess sufficient resources (such as a line of credit) to accommodate a significant monthly payroll of approximately $16 to 17 million per month. 7. In addition to providing Automobile Insurance (where applicable), Standard Workmen's Compensation and employer's Liability Insurance, the Contractor shall meet requisite insurance requirements in accordance with the Statement of Work and FAR 52.228-7, Insurance - Liability to Third Persons. 8. Ensure appropriate licensing and certification requirements are met for staff. 9. Manage and sponsor international staff travel. 10. Provide a comprehensive benefits program to attract, recruit and retain. 11. Oversee, and contract for, Independent Contractors/Consultants. 12. Sponsor and manage a myriad of VISA types other than J-1, including J-2, H1B, O-1, F-1 and TN. 13. Establish and manage the medical testing/surveillance program. A sample of the pre-employment and other medical testing includes: Purified Protein Derivative (PPD) Chest X-Ray Hepatitis B Vaccine Hep B Titer Rabies Vaccination Pre enroll/Annual Serum Draw Physical Exam Medical Record Fee (yearly) Annual Influenza Immunization 14. Provide and manage a web-based labor collection and review system for timecards. 15. Comply with the detailed NIH reporting requirements including a Monthly and Annual Progress Reports, Subcontracting Reports (if applicable), Reporting for Position Sensitivity Designations for Suitability Determination, NIST SP 800-26 Self-Assessment Questionnaire, Information System Security Plan, etc. All electronic reports and deliverables submitted shall be compliant with Section 508 of the Rehabilitation Act of 1973. 16. Provide timely and accurate monthly electronic invoicing. 17. Comply with FISMA requirements (44 U.S.C. 3544). Teaming Arrangements, if appropriate: All teaming arrangements should also include the above-cited information for each entity on the proposed team. Teaming arrangements are strongly encouraged. Capability Statement: Responses must be submitted not later than August 19, 2016 at 12:00 noon. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission (including attachments) is fifteen (15) pages. Proposals must comply with the format specified and page limitations below. Information submitted beyond the specified formatting and page limitations will be removed and will not be evaluated for consideration. Five paper hard copies of the Capability Statement shall be mailed to the below address, and, one electronic copy shall be emailed to Suzanne Stinson at sstinson@mail.nih.gov. Suzanne Stinson, Contracting Officer 6001 Executive Boulevard, Suite 8154 Rockville, Maryland 20857 A. Formatting for Capability Statements: 1. Capability Statements should be in MS Word or PDF format on standard letter size (8.5 x 11" in the U.S. and A4 in Europe). 2. Font size must be 10-12 point. 3. Spacing should be no more than fifteen (15) characters per inch. Within a vertical inch, there must be no more than six (6) lines of text. 4. Margins must be at least one inch on all sides (including top and bottom). 5. Page numbers must be inserted on each page. 6. Print set-up should be single-sided. 7. Capability Statements shall not include links to Internet website addresses (URLs) or otherwise redirect readers to alternate sources of information. B. Page Limitations for Capability Statements: 1. The maximum number of pages, including attachments, is fifteen (15). 2. Total page count does not include the following documents: Cover Sheet, Table of Contents, and Section Dividers that do not contain information other than title of section. 3. Only single-sided pages will be considered. Capability Statements should be clear, concise and provide adequate detail for evaluation. Capability Statements must not simply rephrase or restate the government's requirements, but provide convincing rationale to address how the responder has the capability to meet the requirements of the Statement of Work. Capability statements should indicate current in-house capability and capacity to perform the work; and provide examples of prior completed government contracts and other related information. Interested organizations are required to identify their size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. A Cover Sheet, with the following business information, must be included with the Capability Statement: a. DUNS. b. Company Name. c. Company Address. d. Current GSA Schedules appropriate to this Sources Sought. e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the SAM https://www.sam.gov/portal/public/SAM/#1 pursuant to the applicable NAICS code. All offerors must register on the SAM system. g. Company Point of Contact (POC), Phone and Email address. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). ATTACHED: COPY OF DRAFT STATEMENT OF WORK (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHS-NIH-NIDA(MH)-SBSS-16-026/listing.html)
 
Record
SN04201916-W 20160731/160729234817-e15a670773e7747f66a54da71fe8d752 (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.