Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

R -- Data Management Services - Statement of Work

Notice Date
6/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
RFQ-2085793
 
Archive Date
7/9/2011
 
Point of Contact
Korriise L. LaRoche, Phone: 301-435-8782
 
E-Mail Address
larochek@mail.nih.gov
(larochek@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Security Requirements for Federal Information Technology Contracts Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 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 NAICS Code for this procurement is 518210 and the Small Business Size Standard is $25 million. This is a total small business set-aside. This solicitation number is RFQ2085793 and the solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The National Institute on Drug Abuse (NIDA) on behalf of the National Institute of Mental Health (NIMH) intends to issue a purchase order for data management services. The Contractor shall perform the duties outlined in the Statement of Work (See the Attached Statement of Work). The Contract/Program Office will evaluate the offeror’s proposed solution and approach for meeting or exceeding the requirements based on the following considerations: Technical Approach, Proposed Personnel, Past Performance, and Price. A firm fixed price contract is anticipated to result from the award of this solicitation to the responsible and technically acceptable Offeror whose proposal provides the greatest overall value to the Government. This best value determination will be accomplished by comparing the differences in the technical factors for competing offers, based on their strengths, weaknesses, and risks, with differences in their price to the Government. In making this comparison, the Contract/Program Office is more concerned with obtaining superior technical and personnel capabilities than with making an award at the lowest overall cost to the Government. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Quotations will be evaluated on the following criteria: (1) Technical Approach: Ability to meet technical qualifications. (2) Proposed personnel with capabilities and experience in design and administration of relational database management systems, methods of data verification, security, and archiving. The Contractor must be familiar with file formats used by large scale genetic analysis programs such as PLINK, Beagle, and PLINK-seq. Prior education for the Data Manager must consist of a Masters in Computer Science or related disciplines. All personnel must demonstrate knowledge of basic genetics and statistics as evidenced by relevant course work or experience and have experience in clinical research. (3) Past Performance: Experience with three similar services in the past five years. (4) Price/Cost: Price will be evaluated to determine price reasonableness. Price reasonableness will be established by competition and determined primarily by comparison with other offers submitted. The proposed cost/prices will also be compared to the Independent Government Cost Estimate (IGCE). The Privacy Act is applicable to this requirement. Quotations are to be sent electronically to larochek@mail.nih.gov. The Period of Performance is 12 months with three 12-month Option Year periods. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Condition Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/RFQ-2085793/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02470978-W 20110615/110613234307-9d953216a761c35e1a13772ad49067df (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.