Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2009 FBO #2648
DOCUMENT

R -- Public Information and Communications Services - (DRAFT) Statement of Work

Notice Date
2/23/2009
 
Notice Type
(DRAFT) Statement of Work
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
263-2008-S-(DD)-0283
 
Point of Contact
Anthony Brown,, Phone: 301-402-2847, Larry T Manning,, Phone: (301) 402-3067
 
E-Mail Address
brownant@mail.nih.gov, manningl@od.nih.gov
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE National Institutes of Health Office of the Director This sources sought announcement is in support of market research being conducted by the National Institutes of Health (NIH) and the Office of the Director (OD) to seek highly qualified Small Businesses and to determine their availability and capability regarding this opportunity as described below (including certified 8(a), Small Disadvantaged Business, Service-Disabled Veteran-Owned Small Business, HUBZone firms, and Women-Owned Small Business concerns) that are capable of performing the task areas as identified for the services of the requirement entitled “Public Information and Communication Services (PICS)” contract. The NIH mission is to uncover new knowledge that will lead to better health for everyone. NIH works toward that mission by conducting research in its own laboratories; supporting non-Federal scientists at universities, medical schools, hospitals, and research institutions around the world; sponsoring training programs for research investigators; and fostering communication of biomedical information. The National Institutes of Health and its component Institutes and Centers (ICs) are engaged in diverse communications activities reflective of profound shifts in American demographics and a continuously changing communication landscape. Programmatic activities range from answering questions through consumer-oriented public affairs clearinghouses to the development of national exhibit programs and comprehensive public awareness, education, and prevention campaigns. NIH and its component Institutes and Centers will also use this master contract to purchase comprehensive communication, evaluation, and social marketing services. The National Institutes of Health has an extensive need for a comprehensive conference, administrative and travel services contract. This contract vehicle is utilized by the NIH and other Federal Government Agencies. Strong emphasis will be focused on candidates that demonstrate their ability to handle very large complex meetings averaging from one hundred to thousands of participants from the various parts of the Continental United States and abroad. Contractors should keep in mind that only focused and pertinent information for each task area is requested. Contractor must be highly skilled with the ability to exhibit their knowledge, skills and abilities in international (foreign) and domestic travel. Contractors must be familiar with the various policies and procedures governing travel and conferences for the NIH and other Government Agencies. Request for task orders involving international travel may require personnel remote location from 1 (one) month to a year or for an extended period of time. All responses must directly demonstrate their capabilities for each task area at a sufficient level of detail to allow conclusive and final numerical evaluations. Failure to do so may demonstrate that the respondent lack the ability to perform the work described in the attached Statement of Work. This is a “Results Oriented” Performance Based Contract that will require the Contractor to provide the specified results in the specified time limits as identified in the scope of the task order and upon request from the Task Order Project Officer for full acceptance of the effort. Performance Measures will be used in the contract. Performance Measures are as follows: Note these measures may be increased depending on the task order. Qualified contractor’s Capability Statements will be examined based on the following: 1. Knowledge, skills and ability to handle large and complex international meeting and the ability to remote locate personnel, 2. Experience and Qualifications (Quality), Understanding of the Requirement. Expertise In addition, it is preferable that the contractor has experience working with Federal Government Contracts, meeting the specified deadline and the ability to handle and maintain flexibility while performing more multiple tasks. The NIH mission is to uncover new knowledge that will lead to better health for everyone. NIH works toward that mission by conducting research in its own laboratories; supporting non-Federal scientists at universities, medical schools, hospitals, and research institutions around the world; sponsoring training programs for research investigators; and fostering communication of biomedical information. Through task and service orders issued by specific ICs, NIH will use this acquisition to purchase required goods and services to enable the agency to achieve and maintain high quality performance in the areas of media, communication, and information dissemination and technology, especially where this expertise does not exist in-house. In addition, it is preferable that the contractor has experience working with Federal Government Contracts, meeting the specified deadline and the ability to handle and maintain flexibility while performing more multiple tasks. All task orders will be from the National Institutes of Health and its 27 component agencies. The Government will require a number of contract types and terms, including but not limited to firm fixed-price, cost reimbursement, labor hour, or time and material. NIH reserves the right to make supplemental awards or use other acquisitions sources and procedures if and when such action is determined to be in the best interest of the Government. Contract awards will be indefinite delivery, indefinite quantity (See FAR 52.216.22). The period of performance for task and service orders awarded under the proposed effort will not exceed five years from date of award. If your firm has the potential capacity to perform these contract services please provide the following information: Responding contractors should provide an original and (4) four copies of their tailored capability statement. Capability statements shall not exceed 20 pages. (Please adhere to this). Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. At a minimum, each company shall provide capabilities/knowledge/ skills and abilities specific to the Statement of Work (SOW). Also, a contractor must demonstrate they have the necessary personnel with demonstrated experience to support the efforts detailed in the attached Statement of Work (SOW). Responses must reference the Sources Sought 263-2008-S-(DD)-0283, and include the following: (1) Name and Address of the Organization, (2) The socio-economic status type (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Contractors capability statement addressing the issues listed above, (6) List of organizations to whom similar types of services have been previously provided to include contract number, dollar value, name and phone number of contracting officer. Be advised that generic capability statements are not sufficient for a very well productive evaluation of the contractor’s capacity and capability to perform the work as identified. Please Note: All small businesses must be registered within WWW.CCR.GOV. THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES ONLY. Small Business Teaming is strongly encouraged. Interested sources are required to send capability statements to: Anthony R. Brown Contract Specialist NIH/OD/Acquisitions 6011 Executive Boulevard Room 539D Rockville, Maryland 20892-7663 Emails and phone calls will not be accepted in response to this announcement. Please do not fax or email capability statements. Also, responses to this announcement will not be returned nor will there be any discussions or debriefings. Classification Code: R -- Professional, administrative, and management support services NAICS Code : 541430 -- Graphic Design Services THIS SOURCES SOUGHT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO A SET-ASIDE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENT WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS MARCH 6, 2009. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-02-19 17:00:19">Feb 19, 2009 5:00 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-02-23 11:19:46">Feb 23, 2009 11:19 am Track Changes
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0982ee673cd6a52b430759b40d671483&tab=core&_cview=1)
 
Document(s)
(DRAFT) Statement of Work
 
File Name: DRAFT - STATEMENT OF WORK for PUBLIC INFORMATION and COMMUNICATION SERVICES (PICS). (new rftop revised (2_12_09).doc)
Link: https://www.fbo.gov//utils/view?id=95cee497e911d83819e768f86b80a59b
Bytes: 110.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01755128-W 20090225/090223214544-0982ee673cd6a52b430759b40d671483 (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.