DOCUMENT
B -- Health Services Researcher/Statistical Analyst - Combined Solicitation Synopsis RFP NIHCL2009028 - Combined Solicitation Synopsis RFP NIHCL2009028
- Notice Date
- 2/10/2009
- Notice Type
- Combined Solicitation Synopsis RFP NIHCL2009028
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- RFPNIHCL2009028
- Response Due
- 2/25/2009 1:00:00 PM
- Archive Date
- 3/12/2009
- Point of Contact
- Jearnean S Jackson,, Phone: 301-402-5273
- E-Mail Address
-
jjackson@cc.nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Clinical Center at the National Institutes of Health has a requirement for analytical and scientific researcher support services in a wide range of statistical and analytical areas in support of intramural collaborative research projects of the Department of Rehabilitation Medicine (RMD) The purpose of the procurement is to obtain the analytic and scientific support services of a health services researcher which is needed to assess complex data sets, prepare data sets for analysis (including file manipulation and variable construction), conduct appropriate statistical analyses, and present the results in formats suitable for publication and presentation in peer-reviewed scientific venues. This a combined synopsis/solicitation for commercial items and services, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This solicitation No. RFP-NIHCL2009028 includes all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-29-Amendment 1. This is a total small business set-aside. The applicable North American Industrial Classification Code is 541712 and the size standard is 500 people. The Government anticipates award of an indefinite delivery requirements task order type contract for a base period of twelve months plus two twelve month option periods available for unilateral exercise by the Government. The detailed Statement of Work can be found in Attachment No.1 to this synopsis. Offerors are requested to provide a detailed technical and cost proposal for the proposed contract. In addition the first proposed Task Order is Attachment No. 2 to this synopsis and a separate technical and cost proposal should be submitted along with the proposal for the contract.. Please refer to the following attachments which delineate the Government’s requirements for this procurement: Attachment No. 1/- SOW1.doc Attachment No. 2/- Task Orders.doc Attachment No. 3/- Security Provisions.doc Attachment No. 4/- Invoicing Instructions.doc Attachment No. 5/- Technical and Cost Evaluation Criteria Attachment No. 6/- Estimated Level of Effort for base Period and Option Periods 1 and 2 Attachment No. 7-Past Performance Questionnaire Attachment 8-Proposal Packaging and Delivery Instructions Attachment 9-Section B-Description of Supplies/Services and Prices/Costs Attachment 10-Proposal Preparation Instructions Attachment 11-Standard Form 1449 PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition. FAR 52.212-1 Instruction to Offerors/Commercial Items (see below for additional proposal preparation instructions as well as Attachment No. 10 ) (June 2008) FAR 52.212-2 Evaluation- Commercial Items;(Jan 1999) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; (June 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008) FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial items (Jan 2009) FAR 52.216-18 ORDERING (Oct 1995) FAR 52.216-19 ORDER LIMITATIONS (Oct 1995) FAR 52.216-21 REQUIREMENTS (Oct 1995) FAR 52.217-5 EVALUATION OF OPTIONS (July 1990) FAR 52.217-8 OPTION TO EXTEND SERVICES (Nov 1999) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) FAR 52.227-14 RIGHTS IN DATA- General(Dec 2007) FAR 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (Apr 1984) The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR 52.219-6 Notice of Total Small Business Set-Side (Jun 2003) FAR 52.219-28 Post Award Small Business Program Representation (Jun 2007) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor- Corporation with Authorities and Remedies (Feb 2008) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Jearnean Jackson, Contract Specialist at jjackson@cc.nih.gov. ADDITIONAL PROPOSAL INSTRUCTIONS: The Government anticipates award of an indefinite delivery requirements task order contract. Offerors should submit an original proposal and 4 copies each of a technical and cost proposal for the contract. Also, please submit an original proposal and 3 copies each of a technical and cost proposal for the first task order. Offerors must also complete FAR 52.212-3 Offeror Representation and Certifications provide a copy of the valid certifications registrations of the offeror’s Central Contractor Registrations (CCR) and Online Representation and Certifications Applications (ORCA). Proposals must be received by 1:00 p. m. on February 25, 2009. The address for delivery of the proposals is: National Institutes of Health, Office of Purchasing and Contracts, Clinical Center, 6707 Democracy Boulevard, Suite 106, Bethesda, Maryland 20892, Attention: Ms. Jearnean Jackson.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6873f62fdaa6a39be9df9d1a8747a935&tab=core&_cview=1)
- Document(s)
- Combined Solicitation Synopsis RFP NIHCL2009028
- File Name: SOW (healthservicesresearcherSOW (3).doc)
- Link: https://www.fbo.gov//utils/view?id=1448b7480d2d5b7e5c5d20d57fde42e2
- Bytes: 42.50 Kb
- File Name: Task Orders (healthservicesresearcherTaskOrderNo1 (3).doc)
- Link: https://www.fbo.gov//utils/view?id=deb05221402ffceea4ffccf5f1404344
- Bytes: 28.50 Kb
- File Name: Security Provisions (healthservicesresearcherinformationsecurityJan2009 (3).doc)
- Link: https://www.fbo.gov//utils/view?id=76df10534bd5fc9134030d72b8ad8a73
- Bytes: 106.00 Kb
- File Name: Invoicing Instructions (healthservicesresearcherinvoiceinstructions (3).doc)
- Link: https://www.fbo.gov//utils/view?id=0936ebb4869b6812d81be14007df6ae2
- Bytes: 20.50 Kb
- File Name: Technical and Cost Evaluation Criteria (Healthservicesresearchertechevalcriteria (3).doc)
- Link: https://www.fbo.gov//utils/view?id=f3a09e78a81dfeb0bdf7095b4f073849
- Bytes: 27.50 Kb
- File Name: Estimate Level of Effort for base Period and Option Period 1 and 2 (healthservicesresearcherestimatedlevelsofeffort (3).doc)
- Link: https://www.fbo.gov//utils/view?id=de743845ed2dd00d97a40135f44ffd16
- Bytes: 20.50 Kb
- File Name: Past Performance Questionnaire 7 (HSRpastperformancequestionnaire 709.doc)
- Link: https://www.fbo.gov//utils/view?id=bb2850bfab3f51d5b051403f85f34b15
- Bytes: 71.50 Kb
- File Name: Proposal Packaging and Delivery Instructions (healthservicesresearcherproposalpackaginganddeliveryinstruct (3).doc)
- Link: https://www.fbo.gov//utils/view?id=be76b264ff97c004248b9836c8a0e254
- Bytes: 23.50 Kb
- File Name: Proposal Preparation Instructions 10 (healthservicesresearcherproposalpreparationinstructions.doc)
- Link: https://www.fbo.gov//utils/view?id=438bfd765a43d319e1403266fdacf24b
- Bytes: 81.50 Kb
- File Name: Attachment No. 9-Section B (healthservicesresearcherSectionBinformation.doc)
- Link: https://www.fbo.gov//utils/view?id=0b8ea9a7b612c2377012388bed513b48
- Bytes: 21.50 Kb
- File Name: Standard Form 1449 (Standard Form 1449 HR.pdf)
- Link: https://www.fbo.gov//utils/view?id=af8051b009da6fbb3058a8cc72a7ec77
- Bytes: 151.84 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: SOW (healthservicesresearcherSOW (3).doc)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01747383-W 20090212/090210215443-6873f62fdaa6a39be9df9d1a8747a935 (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 |