Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

R -- scientific/technical consulting services

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 537C, MSC-7663, Bethesda, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
263-2006-Q-FX-0224
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Point of Contact
Wendy Rivera, Purchasing Agent, Phone 301-435-3919, Fax 301-480-1137, - Wendy Rivera, Purchasing Agent, Phone 301-435-3919, Fax 301-480-1137,
 
E-Mail Address
riveraw@od.nih.gov, riveraw@od.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13 as supplemental with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. The North American Industry Classification System Code (NAICS) is 541690 with the size standard of $6.5 million. The solicitation number for this acquisition is RFQ 263-2006-Q-FX-0224 and is being issued as a request for quote. This acquisition will be processed under Simplified Acquisition Procedures and is a small-business set-aside. The NIH has a requirement for Scientific and Technical Consulting Services. The requirement consists of updating, reviewing, and maintaining the Bioethics Resources site. The site is replete with resources available to those with an interest in bioethics including education, research involving human participants and animals, medical and health care ethics, and the implications of applied genetics and biotechnology. This website contains a broad collage of annotated web links, and while this list is comprehensive, it is not totally inclusive. The listed resources provide background information and various positions on issues in bioethics. In addition, the contractor will be required to provide the following services. Task 1. 1. Shall add material to each category as needed. This shall include review of recent literature, policy material and training curricula or opportunities. 2. Shall add new main category headings and populate new categories/topics. These shall reflect adding material about newly emerging ethical issues in science. 3. Shall add material to each category as needed. This includes review of recent literature, policy material and training curricula or opportunities 4. Shall add new main category headings and populate new categories/topics. These would reflect adding material about newly emerging ethical issues in science. Task 2. 5. Shall maintain and upkeep the site. 6. Shall review and update Bioethics Resources on the web. 7. Shall review all content for currency and appropriateness. 8. Shall review main categories on website to determine whether they should be retained. This shall be done in consultation with OSP staff. 9. Shall review web literature and printed journals to identify new resource material that should be added to Bioethics Resources. 10. Review all content for currency and appropriateness 11. Review main categories on website to determine whether they should be retained. This would be done in consultation with OSP staff 12. Review web literature and printed journals to identify new resource material that should be added to Bioethics Resources The period of performance is for 12 months starting at purchase order award, all quoters should include the total price for the 12 month period in their price quote to reflect the entire period of performance, maximum of 10 (ten) hours per week Monday through Friday for three months for task #1, and maximum of 8 hours per week Monday thru Friday after completion of task #1. The contractor shall submit a signed invoice for the hours claimed to the Administrative Officer every month. This requisition is less than the Simplified threshold. These services will be performed under a government-wide contract. The following provisions and clauses apply: 52.212-1 Instructions to Offerors/Commercial; (a)(b)(c)(f)(g)(j)(k)(l). 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Terms and Conditions. 52.212-5 (b)(5)(i), (b)(14), (b)(15), (b)(16), (b)(17),(b)(18), (b)(20),(b)(26),(b)(31),(b)(36). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Interested parties may identify their interest and capability to respond to the requirement or submit quotes. All quotes received in this office by 4:00 p.m. EST on the closing date of this announcement will be considered by the Government. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company complete mailing and remittance address 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number 5) catalog or Published Price listing applicable to the service. Quotes shall be sent to: (a) if mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, OA, 6011 Executive Blvd., Rm# 529I, Attn: Wendy Rivera, Bethesda, MD 20892. Telephone: 301-435-3919; fax: 301-480-1137 (b) if hand delivering, or using a courier services such as: UPS, Federal Express, use the following City, state and Zip Code: Rockville, MD 20852 (c) by email: Riveraw@od.nih.gov The following factors shall be used to evaluate orders. EVALUATION CRITERIA In determining which offer represents the best value (i.e., labor hours, methodology & administrative costs) to meet the Government?s needs, the Government shall evaluate responses using the following evaluation criteria that are listed in descending order of priority: A. Experience (35%) ? The contractor shall demonstrate relevant knowledge of the field of bioethics and specific knowledge of the scientific community at NIH. To effectively work on this project, the Contractor should have prior experience working with the NIH scientific community, specifically in the area of bioethics. B. Past Performance (35%) ? The contractor should describe previous experiences where technical expertise and scientific acumen were combined to provide a product that was widely accepted by the client. Direct NIH experience is highly favorable. C. Approach (25%) ? The contractor should submit sufficient information with the proposal to demonstrate how they will accomplish the tasks in the Statement of Work. NIH will evaluate the quality, feasibility, practicality, and creativity of the proposed approaches. Clarity of expression (plain language) is a key element to be considered in evaluation. Unclear or elaborate explanations in the proposals are not desirable and will not be viewed favorably. D. Cost (5%) ? The vendor is requested to provide costs for staff who will be assigned to these tasks. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/OLAO/263-2006-Q-FX-0224/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike Bethesda, Md
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01145971-F 20060917/060915230702 (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.