SOURCES SOUGHT
R -- Consultant Services
- Notice Date
- 7/10/2007
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NHLBI-PB(AR)2007-188-RCO
- Response Due
- 7/20/2007
- Archive Date
- 8/4/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS) is seeking a professional services contract to procure a consultant for six (6) months to perform system analysis and documentation of the NIAMS Special Emphasis Areas (SEA) coding process. The NIAMS SEA coding business rules and processes as well as expertise in system development lifecycle methodologies. A market survey is being conducted to determine the availability and techncal capability of qualified small businesses that have the expertise required to perform the following task/services as stated in this announcement. Based upon the responses to this market survey, the Government will determine if the requirement is suitable for competition on a restricted basis to small business, or on an unrestricted basis. The intended procurement will be classified under North American Industry Classification System code 514611, Other Management Consulting Services, with size a standard of $6.5 dollars. The Contractor must: 1.Possess at least ten (10) years experience overseeing and continuous use of a SEA coding system related to science and administration. 2. Have prior experience in working with health science agencies executing business rules and processes coding of grants. 2. Have a comprehensive view of how health science business processes are conducted. 3. Possess the expertise with theories and models for system development lifecycle methodologies. 4. Have demonstrated knowledge and ability to track trends in funding reflecting levels of effort in research areas. 5. Have the ability to exercise judgement and work independently to prepare recommendations for Extramural Program (EP), Financial Management Branch (FMB) and various NIAMS staffers. 6. Have strong teamwork ethic and demonstrate an ability to work in teams. The Government anticipates that there will be one performance based service contract awarded for this requirement. The proposed period of performance is July 2007 through January 2008. The proposed level of effort is 520 direct labor hours. If your organization has the potential capacity to perform these services, please provide the following information: 1) Organization name, address, e-mail address, web site address, telephone number, type of ownership for the organization, i.e., Large Business, Small Business, Small Disadvantaged Business, 8 (a), Woman-Owned, Historically Underutilized Business Zone (HUBZone) Concern, Veteran, or Disabled Veteran; 2) Business size information which states, the business size, annual receipts (average gross revenue) for the last three (3) fiscal years, and whether or not the firm has been approved as a small business by the SBA under the applicable NACIS code; and 4) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting is anticipated for this effort, organization must show that they are technically capable by addressing the administrative and management structure of the subcontracting agreement. The agreement must show that small business prime contractors can maintain a full-time labor force, has technical capacity, management control, and meet the limitations on subcontracting imposed on small business set-asides. The Government will evaluate technical capability using the following criteria: 1. Technical Approach 2. Comprehensive understanding of the statement of work requirements 3. Qualifications of Personnel 4. Past Performance Interested firms responding to this survey are encouraged to structure capability statements in the order of the areas of consideration noted above. Please provide one (1) printed copy and an electronic copy of a tailored capability statement, which should not exceed ten pages in length, excluding resumes. In addition, the capability statement must provide sufficient details to determine the technical capability of your firm. The technical capability statements must be received by close of business 5:00pm on July 20, 2007. This market survey is being conducted through FedBizOpps in order to reach the widest possible audience and to gather current market information. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; therefore, any response to this market survey is voluntary; the Government assumes no financial responsibility for any costs incurred. Comments regarding this announcement, referencing synopsis number NHLBI-PB(AR)2007-188-RCO may be submitted to National Heart, Lung, and Blood Institute, Office of Acquisitions, Procurement branch, 6701 Rockledge Drive, Room 6144, Bethesda, Maryland 20892-7902, Attention: Rosie C. Owens, Contracting Specialist
- Place of Performance
- Address: Bethesda, Maryland
- Zip Code: 20892-7902
- Country: UNITED STATES
- Zip Code: 20892-7902
- Record
- SN01337967-W 20070712/070710220406 (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 |