MODIFICATION
R -- Health Services Research-in-Progress (HSRProj) Professional and Research Support - Amendment 1
- Notice Date
- 8/15/2014
- Notice Type
- Modification/Amendment
- NAICS
- 813920
— Professional Organizations
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHLM2014181
- Archive Date
- 9/4/2014
- Point of Contact
- Justin Fraser, Phone: 3014354375
- E-Mail Address
-
justin.fraser@nih.gov
(justin.fraser@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation-Amended Addendum to Combined Synopsis/Solicitation-Amended Addendum to Instructions to Offerors-Amended Amendment 0001 Corrections/Changes Questions and Answers Time and Materials Sample NOTICE OF COMBINED SYNOPSIS/SOLICITATION ANNOUNCEMENT NUMBER: NIHLM2014181 POSTING DATE: 8/7/2014 CLOSING DATE: 8/25/2014 (12 PM EST) PROPOSED AWARD DATE: 9/15/2014 CONTACT: Justin Fraser, Contract Specialist National Library of Medicine 6707 Democracy Blvd Suite 101Q3 Bethesda, Maryland 20892 Telephone Number: (301) 435-4375 NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: 813920 SMALL BUSINESS SIZE STANDARD: $14.0 million This is a combined synopsis/solicitation for commercial services prepared with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items; and FAR Part 13 Simplified Acquisition Procedures; as supplemented with additional information included in this notice. This acquisition utilizes the Test Program for Certain Commercial Items under FAR Part 13.5. This notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as Request for Proposal (RFP) number NIHLM2014181. This combined synopsis/solicitation document incorporates provisions and clauses and includes amendments through FAC 2005-72 FAR revisions effective January 1, 2014, including all FAR Circulars issued as of the date of this synopsis. The North American Industry Classification System (NAICS) code is 813920, Professional Organizations. The purpose of this contract is to provide analytic, technical and outreach support to NLM/NICHSR with regard to its health services research information program. Specifically: 1) to identify organizations and researchers involved in health services research projects of merit that are not otherwise represented in the HSRProj database, for possible inclusion in HSRProj; 2) to identify unmet training and education needs of the health services research community that might be addressed by the NICHSR and its partners; 3) to identify unmet information resource needs of the health services research community that might be addressed by improvements or modifications to the information resources of the NICHSR and its partners; and 4) to conduct publishable research projects on high-interest health services research topics using HSRProj and other NLM resources to raise awareness of the value of these resources for HSR. To accomplish these tasks, the Contractor is expected to draw upon informal and formal advisory relationships with the broad health services research community, including a Health Services Research (HSR) Information Advisory Committee. Other tasks may be assigned to the Contractor during the base year and/or the option years if awarded by the Government. A copy of the Statement of Work containing more information and an addendum to the terms and conditions of this contract along with other related attachments are included in this combined synopsis/solicitation. Contractors shall quote their price in their business proposal as follows and offer a breakdown of their pricing as described in the Addendum to Instructions to Offerors 52.212-1. The total period of performance for this requirement is three years (base year plus two option years) and will run from approximately September 15, 2014 through September 14, 2017. Description Period of Performance Estimated Price Base Period 9/15/14 through 9/14/15 Option Period 1 9/15/15 through 9/14/16 Option Period 2 9/15/16 through 9/14/17 Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this contract. The following clauses and provisions cited herein are incorporated by reference into this combined synopsis/solicitation and maybe obtained from the following website: https://acquisition.gov/far/. The combined synopsis incorporates the following provisions: FAR 52.204-7, System for Award Management (July 2013), FAR 52.209-7, Information Regarding Responsbility Matters (July 2013), FAR 52.212-1, Instructions to Offerors-Commercial Items (February 2012) (see addendum for more information), FAR 52.212-2, Evaluation-Commercial Items (January 1999) (see addendum for more information), Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (December 2012)-With DUNS Number Addendum [52.204-6 (April 2008) FAR 52.217-5, Evaluation of Options (July 1990), FAR 52.219-1, Small Business Program Representations (April 2012), FAR 52.225-2, Buy American Act Certificate (February 2009), FAR 52.233-2, Service of Protest (September 2006), FAR 52.252-1, Solicitation Provisions Incorporated by Reference (February 1998) The following FAR and HHSAR clauses apply to this acquisition: FAR 52.202-1, Definitions (January 2012), FAR 52.203-3, Gratuities (April 1984), FAR 52.203-5, Covenant Against Contingent Fees (April 1984), FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (September 2006), FAR 52.203-7, Anti-Kickback Procedures (October 2010), FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (January 1997), FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (January 1997), FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (October 2010), FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (September 2013), FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (May 2011), FAR 52.204-7, System for Award Management (July 2013), FAR 52.204-9, Personal Identity Verification of Contractor Personnel (January 2011), FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), FAR 52.204-13, System for Award Management Maintenance (July 2013), FAR 52.209-5, Certification Regarding Responsibility Matters (April 2010), FAR 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, FAR or Proposed for Debarment (August 2013), FAR 52.209-7, Information Regarding Responsibility Matters (July 2013), FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013), FAR 52.212-4, Contract Terms and Conditions-Commercial Items (February 2012)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)], FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2013), as well as the following clauses cited therein: FAR 52.203-13, Contractor Code of Business Ethics and Conduct (April 2010); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); FAR 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, FAR or Proposed for Debarment (August 2013); Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (January 2014); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (March 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (October 2010); FAR 52.222-37, Employment Reports on Veterans (September 2010); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011); FAR 52.225-1, Buy American Act-Supplies (February 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984), FAR 52.215-2, Audit and Records-Negotiation (October 2010), FAR 52.215-15, Pension Adjustments and Asset Reversions (October 2004), FAR 52.215-18, Reversion of Adjustment of Plans for Post-Retirement Benefits (PRB) other than Pensions (July 2005), FAR 52.215-19, Notification of Ownership Changes (October 1997), FAR 52.216-8, Fixed Fee (June 2011), FAR 52.219-1, Small Business Program Representations (April 2012), FAR 52.219-8, Utilization of Small Business Concerns (July 2013), FAR 52.219-9, Small Business Subcontracting Plan (July 2013), FAR 52.219-16, Liquidated Damages-Subcontracting Plan (January 1999), FAR 52.219-28, Post-Award Small Business Program Representation (July 2013), FAR 52.222-2, Payment for Overtime Premium (July 1990), FAR 52.222-50, Combating Trafficking in Persons (February 2009), FAR 52.222-54, Employment Eligibility Verification (August 2013), FAR 52.223-6, Drug-Free Workplace (May 2001), FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011), FAR 52.225-1, Buy American Act-Supplies (February 2009), FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), FAR 52.227-1, Authorization and Consent (December 2007), FAR 52.227-2, Notice and Assitance Regarding Patent and Copyright Infringement (December 2007), FAR 52.227-11, Patent Rights-Ownership by the Contractor (December 2007), FAR 52.227-14, Rights in Data-General (December 2007), FAR 52.227-16, Additional Data Requirements (June 1987), FAR 52.232-23, Assignment of Claims (January 1986), FAR 52.232-25, Prompt Payment (July 2013), FAR 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information (July 2013), FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer (July 2013), FAR 52.233-1, Disputes (July 2002), FAR 52.233-3, Protest After Award (August 1996), FAR 52.233-4, Applicable Law for Breach of Contract Claim (October 2004), FAR 52.237-3, Continuity of Services (January 1991), FAR 52.242-2, Production Progress Reports (April 1991), FAR 52.242-3, Penalties for Unallowable Costs (May 2001), FAR 52.242-4, Certification of Final Indirect Costs (January 1997), FAR 52.242-13, Bankruptcy (July 1995), FAR 52.243-2, Changes-Time-and-Materials and Labor-Hours (September 2000), FAR 52.244-2, Subcontracts, Alternate I (October 2010), FAR 52.244-5, Competition in Subcontracting (December 1996), FAR 52.246-6, Inspection - Time-and-Material and Labor-Hour (May 2001), FAR 52.246-25, Limitation of Liability-Services (February 1997), FAR 52.247-35, FOB Destination within Consignees Premises (April 1984), FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form) (April 1984), FAR 52.249-14, Excusable Delays (April 1984), FAR 52.252-2, Clauses Incorporated by Reference (February 1998), FAR 52.253-1, Computer Generated Forms (January 1991) HHSAR 352.202-1, Definitions-with Alternate paragraph (h) (January 2006), HHSAR 352.203-70, Anti-Lobbying (January 2006), HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010), HHSAR 352.227-70, Publications and Publicity (January 2006), HHSAR 352.228-7, Insurance-Liability to Third Persons (December 1991), HHSAR 352.231-70, Salary Rate Limitation (January 2010), HHSAR 352.232-70, Incremental Funding (June 2010), HHSAR 352.233-70, Litigation and Claims (January 2006), HHSAR 352.239-72, Security Requirements for Federal Information Technology Resources (January 2010), HHSAR 352.239-73, Electronic and Information Technology Accessibility (January 2010), HHSAR 352.242-70, Key Personnel (January 2006) HHSAR 352.242-73, Withholding of Contract Payments (January 2006) HHSAR 352.270-10, Anti-Lobbying (January 2006) *Please see Addendum-NIHLM2014181.doc for a few additional clauses and provisions that required additional text All responsible sources having the ability to provide the service described above shall submit a proposal via email to Justin Fraser at Justin.fraser@nih.gov. RESPONSES ARE DUE BY August 20, 2014 AT 12 PM EST. All information received will be considered as part of a competitive acquisition. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial proposal is/are fair and reasonable and provide(s) the best value to the government. RFP number NIHLM2014181 shall be noted on all correspondence relating to this announcement. Inquiries regarding this procurement may be made to Justin Fraser, Contract Specialist, at Justin.fraser@nih.gov or (301) 435-4375. This notice does not commit the Government to award a contract. NO collect calls will be accepted. NO facsimile transmissions will be accepted. ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL, WHICH IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE AGENCY. Attachments- P01 GPAT HSRProj Advisory.docx P01 SOW for HSRProj Input Contract.docx P09 Addendum to 52212-2 Evaluation-Commercial Items - Points Final.docx P09 Addendum to 52212-1 Instructions to Offerors-HSR Advisory Contract-Final.docx S02 Addendum -NIHLM2014181.doc S02 Attachment 2 Section 508 Compliance.docx S02 Packaging and Delivery Form.pdf S02 Subcontracting Plan Attachment.docx S02 T&M Sample.xlsx
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2014181/listing.html)
- Record
- SN03467643-W 20140817/140816000402-3e16d1ad6766186a7b5502852e2d6b5c (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 |