Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2010 FBO #3113
SOLICITATION NOTICE

R -- Strategic Mgmt Budget & Financial Analysis Support

Notice Date
6/1/2010
 
Notice Type
Presolicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
263-2010-P(GQ)-0005
 
Archive Date
7/12/2010
 
Point of Contact
Dorothy - Nickens, Phone: 301-496-0301
 
E-Mail Address
nickensd@od.nih.gov
(nickensd@od.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institutes of Health (NIH), Office of Financial Management (OFM) has a requirement for a contractor to provide specialized assistance addressing financial, programmatic, and analytical needs associated with the NIH programs, projects, and activities. The contractor shall have knowledge of the NIH operating environment, the NIH Service and Supply Fund, the NIH Management Fund, the NIH budget and accounting environment, the official NIH accounting system of record (Oracle Federal Financials) and reporting structure (enterprise data warehouse and NIH Business Information System) and supplemental schedules to provide financial, programmatic, and analytical support associated with the NH programs, projects, and activities. The acquisition will be conducted under Simplified Acquisition procedures in conjunction with FAR Part 12, Acquisition of Commercial Items. This is 100% set aside for small business. The technical qualifications are as follow: The contractor shall have substantial accounting and budgeting experience within the NIH accounting and budgeting environment; the contractor shall have substantial hands on and management experience overseeing the budgeting and accounting processes associated with the NIH intergovernmental revolving funds; and the contractor shall have substantial experience developing cost recovery strategies for central services operations. The evaluation criteria - In determining which offer represents the best value (i.e., labor hours, methodology, and administrative costs) to meet the Government's needs, the Government shall evaluate responses using the following evaluation criteria that are listed in descending order of priority: Rating Scale: 1 to 5 (Where 1 is Unsatisfactory, 2 is Marginal, 3 is Acceptable, 4 is Good & 5 is Excellent) Experience of Proposed Personnel - The vendor's proposal shall discuss how the proposed personnel have the knowledge, experience, and skills to accomplish the tasks described in the Statement of Work (SOW). The response should address how previous work is directly relevant to the requirements for this delivery order. Past Performance of Proposed Personnel - The vendor shall address past performance relevant to the tasks described in the SOW and the contributions and performance of proposed personnel in executing such tasks. It is important to describe the scope of such projects and the degree of success achieved in implementing them. Approach - The vendor will provide a detail methodology to be used to achieve the objectives described in the SOW; including how it interprets the requirements of the SOW in sufficient detail to demonstrate an understanding of the services required and to allow OFM to evaluate the vendor's approach. Vendor shall identify any potential problems that could be encountered in implementing its approach. The vendor shall identify its internal procedures for monitoring the progress of assigned tasks. Corporate Experience - The vendor shall address the company's past experience and accomplishments in providing similar services that are described in the SOW to other Government Agencies. Past Performance - The vendor's past performance should address corporate accomplishments over the past six-year period. Although overall corporate accomplishments will be considered, primary weight shall be assigned to those projects which are related to accomplishing the tasks as described in the SOW. The Government will conduct reference checks and therefore the vendor is required to provide a list of client's with points of contacts, including names, phone numbers, and/or email addresses. The period of performance will be for a basic twelve-(12) month contract period with options to renew for four (4) successive twelve-month periods. In order to be eligible for award, firms must be registered in the Central Contractor Registry (CCR). Business may obtain information on registration by calling (1-888) 227-2423 or via the internet at website www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/263-2010-P(GQ)-0005/listing.html)
 
Record
SN02165247-W 20100603/100601234740-cc502ed42290fb4e40601830cfadb8af (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.