SOLICITATION NOTICE
R -- The National Institute of Nursing Research (NINR) has a requirement for a historian/scholar to research/write a history of NINR since its beginning in 1985 to the present. The product should be a small print ready book-min 125 pgs/max 250 pgs.
- Notice Date
- 12/13/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Acquisition Services Directorate, Attn. Mr. Gregory Ruderman 381 Elden Street Suite 4000 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 20189
- Archive Date
- 12/12/2008
- Point of Contact
- Larena Sellers Procurement Tech 7039644815 larena.sellers@aqd.nbc.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice constitutes a 100% small business set-aside (Numbered Note #1), request for competitive proposals. The National Institute of Nursing Research (NINR) has a requirement for a historian/scholar to research/write a history of NINR since its beginning in 1985 to the present. The product should be a small print ready book-min 125 pgs/max 250 pgs. The book will also be posted with download capacity by chapter to the NINR Web site. This requirement is being issued by Acquisition Services Directorate under the franchise authority of the Department of the Interior on behalf of NINR in accordance with FAR Part 13, Simplified Acquisition Procedures. This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR 12.6, as supplemented with additional informationin included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The RFQ response is due no later than 12:00pm Eastern Time, December 31, 2007. If you have any questions regarding this requirement, please submit your inquiries via email no later than 12:00pm Eastern Time, December 21, 2007. Submission must be via email to the contract specialist listed in the Quote Submission section below. NOTE: Due to email server and pipeline limitations, please limit the size of each email with attachments to 10MB. If you have questions/comments or would like to request copies of the Statement of Work and other attachments to this RFQ, please email Larena.Sellers@aqd.nbc.gov by COB December 21, 2007. To: Prospective Bidders From: Department of the Interior/NBC/AQD Herndon - Alan Adrian Subject: Request for Quote (RFQ) No. 20189 - Statements of Work (SOW) entitled "NINR 25th Anniversary Historical Research Project"; Client - Department of Human and Health Services (DHHS) , National Institutes of Health (NIH), National Institute for Nursing Research (NINR) Acquisition Services Directorate (AQD) is issuing RFQ to solicit interested and qualified vendors for the purpose of entering into a negotiated commercial Firm Fixed Price (FFP) contract. AQD will conduct this acquisition using Subpart 12 and 13 under the Federal Acquisition Regulation (FAR). Please include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with your offer. A copy of this clause may be obtained at http://www.arnet.gov. The contract will have a base period of approximately 2 years - the time estimated for the completion of the book and other corollary SOW requirements. If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. The Offeror is required to notify Larena Sellers (larena.sellers@aqd.nbc.gov) via email of intent to bid/not bid within 5 days of receipt of RFQ. The Offeror is required to submit both a written Technical Quote and a Price Quote for the purpose of assuring that the Offeror is fully cognizant of the scope of this contract and has the capability to complete all SOW requirements. This award shall be negotiated in a manner that provides an overall Best Value to the Government, technical evaluation factors and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost. Note to Offeror: The Government reserves the right to evaluate the proposal and award a contract without discussions. Therefore, the proposal should contain the Offeror's best offer from a price and contract terms standpoint. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS The Offeror must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of this RFQ If not noted in this section of your quote, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the offeror's quote. SUBMISSION REQUIREMENTS Your quote MUST include the following information (preferable on the cover letter): (1) Tax Identification Number (TIN) (2) Dun & Bradstreet Number (DUNS) (3) North American Industrial Classification System (NAICS) (4) Product Service Code (5) Contact Name (6) Contact Email Address (7) Contact Phone Number (8) Contact Fax Number (9) Complete Business Mailing Address Technical Quote (Volume 1) Offerors shall provide a technical quote that addresses the following three general areas: A. Management Approach and Technical Capabilities B. Personnel Qualifications C. Organizational Experience And include: (1) Discussion of the background, objectives, and work requirements of the SOW. (2) Discussion of content area expertise as specified within the SOW, (3) Discussion of proposed methods and techniques for completing requirement; (4) Discussion which supports how the contract will be evaluated for full performance and acceptability of work from the offeror's viewpoint; (5) Discussion of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution; and (6) Discussion of major logistical considerations. (7) Personnel Qualifications: Technical proposals must define a management plan and technical approach that satisfies the requirements defined in the SOW and must include a) a staffing plan or description of your company's current personnel resources for this requirement, b) resumes for proposed key personnel including a paragraph for each individual that outlines their background and experience the relates to the SOW. At a minimum, this section of the quote must include: Organizational Structure (Organizational chart and resource accounting required to support the SOW), Identification of roles and specify responsibilities for each role, Definition of the primary skill set required for each role, Description of resource planning processes and procedures to support the changing needs of the environment, Description and definition of management methods and processes for all types of support activities, Description of resource training, skills development and certification approach, Description of management and status reporting approaches, Resumes and letters of commitment are required for all proposed staff. Resumes should be limited to three pages and must include the proposed labor category for the individual and information regarding each individual's background and experience. (8) Past Performance: The Offeror shall identify all contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in the SOWs and is meant to convey similarity in topic, dollar value, workload, duration and complexity. The contracts may be a commercial contract, task order, schedule award or an appropriate mix. Include the following information: Project title to include a description of the project, contract number, task order number if applicable, type of contract, awarded dollar amount and SOW paragraphs to which the reference applies, Government agency, name, address, phone number and e-mail for COTR and Contracting Officer, Current status of order whether completed or in progress to include estimated completion dates, Key personnel who worked on the referenced project also being proposed on the current effort, A brief narrative explaining why the referenced project is deemed relevant to the current effort, A discussion of your ability to perform within budgets and deliverable schedules while ensuring customer satisfaction, The Government shall provide the attached Past Performance Questionnaire to at least three past or current Federal and/or commercial customers for completion - the results will be used in conjunction with the other Technical Evaluation criteria to determine Best Value and final vendor selection for this effort. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. Price Quote (Volume 2) Your price proposal shall be a separate volume from your technical proposal and must include: Broken out separately by task and deliverable, The price proposal utilizing any and all discounts, Unit price and quantity of each line item to include the total extended price, Identification of each labor category to be utilized for this effort, A description of the skills and experience per labor category, The FFP labor rate proposed for each labor category. This rate should include all indirect rates and profit, The estimated hours proposed and segregated for each labor category, Other Direct Costs (ODC) or Material: Identification and estimated costing of proposed items, Reimbursable Travel: Identification and estimated costing of proposed trips to include breakout by person. Must be proposed in accordance with the Joint Travel Regulation (JTR), Any other associated costs proposed for this effort, Subcontractors/Consultants: if proposed, a full cost/price breakout, The bottom line total for the effort, A fully descriptive Deliverables Schedule, Payment Milestones correlated with the Deliverables Schedule or state alternative payment terms (monthly, quarterly etc...), Net discount terms, FOB Destination or Origin. EVALUATION: Quotes will be reviewed and evaluated in accordance with the evaluation criteria identified below. Factors A, B, C and D are approximately equal to each other and when combined are more important than Factor E Price. Subfactors listed under each factor are of equal importance to each other. A. Technical Approach (The use of charts, diagrams, illustrations and other summary information to facilitate brevity is encouraged): 1. Understanding of the work. Demonstration of creativity and thoroughness shown in understanding the objectives of the SOW. 2. Understanding of specific methods and techniques for completing each discrete task to include such items as management plan and customer service quality assurance plan, 3. Anticipation of potential problem areas, creativity and feasibility of solutions to problems, 4. Anticipation of logistics, schedule and any other issues of which the Government should be aware, 5. Ability to manage the contract with clear evidence of procedures for quality control/review and description of methods to assess functions and take corrective action, 6. Quality and effectiveness of the Project Management Plan and allocation of personnel and resources, 7. Demonstrate knowledge of all applicable legislation, policies and programs related to the SOW. B. Past Performance: 1. Relevancy and quality of recent and similar completed projects, 2. The organization's history of successful completion of projects; history of producing high quality reports and other deliverables; history of staying on schedule and within budget, 3. The quality of cooperation (with each other) of key individuals within your organization and quality of cooperation and performance between your organization and its clients. C. Personnel Qualifications: 1. The currency, quality and depth of technical, academic and professional experience/qualifications of individual personnel in working on similar projects. Demonstrated expertise and experience related to the purpose of the project, 2. Quality and depth of education and experience on other projects which may not be similar enough to include in response to C.1. but may be relevant, 3. Demonstrated experience of the Project Manager in directing projects of comparable technical and management complexity, 4. Inclusion of resumes for key personnel (not to exceed 3 pages each). For staff not yet identified, include specific qualification these people would be expected to possess, 5. Evidence of plan to use consultants/subcontractors, if any, and the organizations with which consulting partnerships have been established or may be developed. D. Organizational Experience: 1. The degree of comparability of past projects related to the current project, including number of projects, complexity, workload and dollar amount. Supporting subcontractors, consultants and partners will be considered. 2. Appropriate mix and balance of education and training of team members. E. Price/Cost: Price quotes shall include the following - 1. Information adequate to determine the reasonableness of costs proposed to evaluate whether the proposed cost are consistent with the technical proposal and level of effort anticipated, and/or evaluate cost realism. Include a cost element breakdown with supporting explanations, assumptions and rationale for proposed costs. Include a ceiling price for all performance periods, 2. All other costs and reductions/rebates offered. ADDRESS FOR RECEIPT OF OFFERS Please submit your soft copy offer electronically to the email address identified below: Department of the Interior/NBC/AQD - Herndon Procurement Operations Branch, Suite 4000 381 Elden Street Herndon, VA 20170 Attn: Larena Sellers, (703)964-4815 Larena.Sellers@aqd.nbc.gov If you have any questions regarding this request, please contact Larena Sellers as indicated above. Sincerely, //SIGNED// ALAN ADRIAN Contracting Officer Attachments: 1. SOW entitled "NINR 25th Anniversary Historical Research Project" 2. Solicitation Provisions and Contract Clauses 3. Past Performance Questionnaire CONTRACT CLAUSES AND SOLICITATION PROVISIONS and OTHER TERMS AND CONDITIONS Clauses and provisions from the Federal Acquisition Regulation (FAR) and supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text. FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov. FAR PART TITLE DATE 52.204-2 Security Requirements AUG 1996 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2006 52.212-1 Instructions to Offerors - ommercial Items JAN 2006 52.212-2 Evaluation - Commercial Items JAN 1999 52.212-4 Contract Terms and Conditions - Commercial Items SEP 2005 52.222-50 Combating Trafficking in Persons AUG 2007 52.227-14 Rights in Data--General JUN 1987 52.233-2 Service of Protest AUG 1996 DOI, NBC, ASD-Herndon 381 Elden Street, Suite 4000 Herndon VA 20170 Attn: Alan Adrian 1 52.233-3 Protest After Award AUG 1996 CLAUSES IN FULL TEXT (This clause will be provided in full text upon request) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items JUN 2007 As prescribed in 12.301(b)(4), insert the following clause: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (28) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (33) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB1401GW&objId=371887)
- Place of Performance
- Address: NINR HQ - Bethesda MD
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN01469668-W 20071215/071213225213 (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 |