SOLICITATION NOTICE
R -- Three (3) Phases of Grant's Writer's Workshop and Grant Application Writer's Workbook
- Notice Date
- 4/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting 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
- HHS-NIH-NIDA(SSSA)-CSS-14-128
- Archive Date
- 4/25/2014
- Point of Contact
- Jasmine D Snoddy, Phone: 301 594 1571
- E-Mail Address
-
snoddyj@mail.nih.gov
(snoddyj@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Requisitions: 3248551 and 3258378 Title: Three (3) Phases of Grant's Writer's Workshop and Grant Application Writer's Workbook a) 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. b) The solicitation number is HHS-NIH-NIDA(SSSA)-CSS-14-128 and the solicitation is issued as a request for proposal (RFP). This acquisition is for commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. c) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. d) A notice regarding any set-aside restrictions, the associated NAICS code 541611-Administrative Management and General Management Consulting Services and the small business size standard $14.0 million. e) Three (3) Phases of Grant's Writer's Workshop and Grant Application Writer's Workbook f) The NIMH Division of Intramural Research Program, Office of Fellowship Training is responsible for the oversight of the postdoctoral training process for approximately 250 NIMH trainees enrolled in either clinical or basic science research fellowships. The Training Director has the responsibility and authority for the quality of the fellowship training experience. One of the functions of the NIMH/DIRP Office of Fellowship Training is to develop a core course in Grantmanship. This includes a series of seminars and a practicum taught by extramural scientists and consultants with extensive grant writing and reviewing experience. To support the training of the postdoctoral fellows, the DIRP is in need of a series of two-day workshops that will provide the cornerstone of the grant didactic experience. These seminars will be geared to completing an application for a Public Health Service Grant, PHS 398, including Research Career Award and Institutional National Research Service Award. The contractor shall provide a one-day workshop, the one two-day seminar as well as Individual consultants that will meet the diverse needs of the NIMH DIRP Training Program, which encompasses new tenure-track investigators, research fellow, clinical fellows, postdoctoral fellow (IRTAs), and visiting fellows (VFs). Provide the base or core curriculum in grant writing for NIMH DIRP Fellows. The distinctive nature of the Seminars derive from the practical nature of the materials provided which deals not only with overviews of the extramural review process and the development of research ideas and proposals, but also with tips on the preparation of each of the sections of the PHS 398 grant application which includes presentation of the Research Plan and formulation and justifications of the research budget. Address specific issues relate to the preparation of both clinical and basic grant applications. The workshop will focus on how to generate novel ideas, preparation of the application itself, and the most common reasons for the failure to write a fundable application. The seminars will encompass the following topics: Workshop Phase I: • Fundamentals of good grant writing • General preparation i.e., specific aims, research design, budgets • Submission of the application • Analysis of reviews and strategies for rebuttal and reapplication • The extramural Program Officer • The Scientific Review Administrator • Career Development Awards • The National Science Foundation Grant Award Programs • The Private Foundations as funding source Workshop Phase II: • Preparation of the Specific Aims Page • Creation of the Significant Paragraph • The Grant Review: The NIH Process Workshop Phase III (Individual consultants on either new or revised applications to produce well-conceived and written proposals) This component of the workshop entails the writing of a grant; for example a Foundation grant or an RO1 grant application using the PHS 398 application format. In addition to increasing the probability of success, these consultants are investments in the future; one-on-one interaction with Grant Writers' consultants in an excellent way to develop and refine long-term proposal-writing skills. Scheduling is individualized and designed to produce the best possible proposal. The service is applicable to fellow who want to maximize the likehood of success of the first submission of their proposal; and to those who have submitted an unsuccessful application and need some "extra" help making sure that the resubmitted proposal is as strong as possible. Consultations on NIH and NSF proposals help the applicant cope with the change in format and content that have recently been made. Individual consultants are conducted by telephone, e-mail, fax and Skype-based teleconferencing. All participants will receive a GSWS Grantsmanship Workbook, which will delineate, in detail, the steps necessary to complete the various sections of the application. At the end of the Individual Consultants, each participant will have completed the preparation of a K-99 or and RO1 grant application or Foundation grant application. In this regard, the Individual consultations will help the participant focus on the following: • Specific Aims Revisited: The Applicant Blueprint • Construction of a Preliminary Studies Section • Development and Presentation of an Experimental Design and Methods Section • Preparation of the Background and Significance • Budget and Budget Justification • Abstract and Submission Letter g) Period of Performance: One 1.5-day workshop, One 2-day seminar and a 8-10 weeks on Individual Consultation h) The provisions at FAR clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition i) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined is more important when compared to price. The following factors shall be used to evaluate offers: i. Ability to provide seminars and workshops on grantwriting ii. Past Performance. The offeror must submit with their proposal a list of the last three (3) contracts completed during the past three (3) years and/or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should lists contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontractors, provide the prime contract number and the subcontract number); (iii) Contract Type, (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; and (viii) North American Industry Classification System (NAICS) Code. The offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, reference other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. iii. Ability to staff to train on federal grant funding iv. Price b. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. c. The provision at FAR clause at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. d. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. e. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. f. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. g. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. h. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in consideration; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. i. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. j. All responses must be received by April 10, 2014, 3:00PM EST and must reference number HHS-NIH-NIDA(SSSA)-CSS-14-128. Responses may be submitted electronically to Jasmine Snoddy, Contract Specialist at Snoddyj@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention Jasmine Snoddy. Fax responses will be accepted at (301) 480-1358.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-CSS-14-128/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03328996-W 20140405/140404000705-606b8c1341b54a7788fe21ce5ce713f8 (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 |