SOLICITATION NOTICE
R -- Support of Control Technology Research - Statement of Work
- Notice Date
- 4/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- PSC33199
- Archive Date
- 4/13/2010
- Point of Contact
- Hicks, Charles, Phone: 3014430706
- E-Mail Address
-
charles.hicks@psc.hhs.gov
(charles.hicks@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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 requested and a written solicitation will not be issued. The solicitation number is PSC33199 and it is issued as request for proposal (RFP). Please view attachments This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The corresponding NAICS code is 541620 and the small business size standard is $7 million. Description the Service The PHPA/SRO shall be responsible for the following associated with OEP, but not limited to: •Participate in extramural Training Grant Program Review Working Group meetings as required. •Compile a report of activities and recommendations. •Review grantee statistical reports and compile data into an Annual Statistical Report for the Office of Extramural Programs (OEP). •Assist in the development and maintenance of grantee data bases for OEP project officers. Develop new templates as required to capture quality and productivity of training grant programs. •Participate as needed in special projects on special emphasis panels established in OEP. Provide consultation as needed and prepare required reports. •Serve as contract Scientific Review Administrator (SRA) for peer review of research grants submitted to NIOSH. The contract SRA for peer review will work closely with the Federal SRAs. This work involves the following tasks: oIdentify and recommend reviewers to serve as members of Special Emphasis Panels (SEPs); oIdentify meeting site and arrange hotel accommodations for SEP meetings; oMake reviewer assignments recommendations; o Prepare SEP packages for Federal SRAs to send to the Director of CDC for signature and approval; oPrepare a Guidebook for Reviewers for electronic and mail transmission to reviewers; oPrepare correspondence for reviewers, necessary for the conduct of SEPs; oSet up and hold conference calls to reviewers to go over review criteria and administrative arrangements; oSend out all review materials to reviewers; oAttend SEP meetings and assist Federal SRAs during the review process; oReport/release all scientific merit scores within three business days following SEP meetings; oPrepare/release all summary statements within four weeks after conclusion of SEP meetings; oUse the IMPAC II and Internet Assisted Review (IAR) software systems in preparing, managing and reporting SEP meetings. •NIOSH will provide an office at the (CDC/NIOSH/Atlanta) Executive Park facility for the contract SRA portion of this work. Period of Performance The period of performance is a based period of 12 months. Base Period: April 18, 2010 through April 17, 2011 Place of Performance The place of performance for this contract is: NIOSH Taft Laboratory 4676 Columbia Parkway, M/S C7, Rm. 152 Cincinnati, OH 45226 The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforms to the exact Public Health Program Analyst/ Scientific Review Officer Services listed above and is the lowest price. Interested firms may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent to award is not a request for competitive proposals. However, all proposals received by the closing date, April 9, 2010, will be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 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); (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.); (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). This acquisition is conducted under the authority of 41 U.S.C. 253(c)(1) as set forth in FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. Bernadine Kuchinski 6440 Old Barn CT Cincinnati, OH 45243-2344 Interest offerors must submit capability statement and/or proposal NO LATER THAN 12:00 PM EASTERN TIME APRIL 12, 2010 VIA electronic copy to Charles.Hicks@psc.hhs.gov. Each response should include the following Business Information: a.DUNS; b.Company Name; c.Company Address; d.Current GSA Schedules appropriate to this Award, If applicable; e.Do you have a Government approved accounting system? If so, please identify the agency that approved the system; f.Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp; g.Company Point of Contact, Phone and Email address. Please contact Charles R. Hicks, Contract Specialist, 301.443.0706, regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC33199/listing.html)
- Place of Performance
- Address: Cincinnati, Ohio, 45226, United States
- Zip Code: 45226
- Zip Code: 45226
- Record
- SN02115626-W 20100409/100407235555-fc65772401ce98c7816d2105c0738b38 (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 |