Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

B -- Ethics Specialist Services

Notice Date
8/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
263-2007-P(GG)-0192
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requsted and a written solicitation will not be issued. The solicitation number is 263-2007-P(GG)-0192 and is issued as a request for proposal (RFP). The solicitation/contract will include all applicable provisions and clauses in effect through FAC 2005-19. This acquisition is a small business set-aside. The North American Industrial Classification System (NAICS) is 541611and the business size is $6.5 million. The National Institutes of Health (NIH), NIH Ethics Office, Office of the Director is responsible for management of NIH Ethics Programs which includes the central program and the programs within each of the Institutes and Centers (ICs). The NIH Ethics Office is charged with providing resources for each IC to use in their internal ethics programs (e.g., NIH-wide policies, procuedures, and guidance). This requires an extensive knowledge of the federal government-wide and Department of Health and Human Services (DHHS) conflict of interest statutes, regulations, policies, and procedures that apply to NIH employees and the ability to translate that knowledge into usable resources for the NIH community. The following services and products are required to support, maintain, and enhance the ability of the NIH to provide accurate and timely ethics services to the NIH community. The contractor shall have extensive knowledge and experience in government ethics and federal conflicts of interest subject matter and possess the ability to provide succinct and accurate advice to the NIH community. Knowledge of the scientific and research mission of the NIH and experience applying federal and departmental ethics rules to the NIH is essential. The efforts of the contractor must be readily achievable without the need for initial training on applicable statutes, regulations, policies, or procedures. Experience and knowledge includes: maintaining an ethics program; working with employees at all levels; interpreting complex government ethics statutes and regulations into understandable lay language; experience in identifying the best options for providing each service and evalution of the approach and outcome. the contractor shall provide assistance with all aspects of the ethics functions. This includes but is not limited to reviewing ethics activity requests (outside activities, official duty activities, awards, financial disclosure reports (SF-278 and OGE-450), widely attended gatherings, waivers, authorizations and certificate of divestiture), advising employees on ethics matters, and any additional projects that may be identified as needed. It is anticipated that the award from this RFP will be for a base period of twelve months commencing on or about September 30, 2007 and include provisions for four successive 12-month option periods. Pricing shall be firm-fixed price. The estimated level of effort is 1,248 hours per year. Offerors must submit pricing for all anticipated periods of performance. The following FAR provisions/clauses are applicable to this solicitation and any resultant contract: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in paragraph (b) of clause 52-212-5 are applicable: 52.203-6, 52.219-6, 52.222-26. A completed copy of the provision 52.212-3, Offeror representations and Certifications-Commercial Items, is required as part of the offer. A copy may be obtained electronically at http://www.gsa.gov/far/. FAR 52.212-2, Evaluation-Commercial Items is applicable to this synopsis. The required services will be obtained from the offeror that can provide these services in a manner that represents the best value for the government. the following, in order of importance, will be considered, in the evaluation of proposals: (1) Evidence of possessing the knowledge/experience necessary to perform the requirements; (2) Past Performance: submit the name of the organization, point of contact, and telephone of current or previous customers for which similar services have been performed. Include a brief description of the type of services provided. (3) Price: the price will be evaluated based on historical information and analysis of appropriate economic factors. Concerns responding to this synopsis shall furnish concise responses directed specifically to the requirements identified above. Offers are due in the contracting office designated in this synopsis by 3 pm local time, August 30,, 2007. Facsimile submissions are not authorized. When utilizing a courier service, Federal Express or UPS, the delivery address is 6011 Executive Blvd., room 541C, Rockville, MD 20852. NIH may do one of the following: (1) award without discussions; (2) conduct discussions; (3) cancel the acquisition.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01380845-W 20070824/070822220629 (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.