Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2014 FBO #4730
SOLICITATION NOTICE

B -- Senior-Level Acquisitions Support Services

Notice Date
11/4/2014
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2014-025-JEF
 
Archive Date
11/28/2014
 
Point of Contact
Jenn Frazier, Phone: 3014966092
 
E-Mail Address
jenn.frazier@nih.gov
(jenn.frazier@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation Non-competitive (Notice of Intent) Synopsis INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) on behalf of the Information Technology and Applications Center (ITAC) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Dennis E. Black, LLC., 3 Locust Drive, Thurmont, MD 21788 for Senior-Level Acquisitions Support Services. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541611 with a Size Standard of $14,000,000.00. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-74 effective November 1, 2014. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Test Program for Certain Commercial Items, section 4202 of the Clinger-Cohen Act of 1966) and the statutory authority of FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). DESCRIPTION OF REQUIREMENT Background The National Institutes of Health (NIH) is an agency within the U.S. Department of Health and Human Services (HHS) and consists of 27 separate Institutes and Centers (ICs) principally located in the Washington-Baltimore Metropolitan Area. NIH's mission is science in pursuit of fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to extend healthy life and reduce the burdens of illness and disability. The goals of the agency are as follows: 1) foster fundamental creative discoveries, innovative research strategies, and their applications as a basis to advance significantly the Nation's capacity to protect and improve health; 2) develop, maintain, and renew scientific human and physical resources that will assure the Nation's capability to prevent disease; 3) expand the knowledge base in medical and associated sciences in order to enhance the Nation's economic well-being and ensure a continued high return on the public investment in research; and 4) exemplify and promote the highest level of scientific integrity, public accountability, and social responsibility in the conduct of science. To accomplish its mission, NIH conducts research in institute laboratories; sponsors research by scientists in universities, medical schools, hospitals, and research institutions around the world; supports research training, and supports biomedical information knowledge management and communication. The National Heart, Lung, and Blood Institute (NHLBI), an NIH IC, provides global leadership for a research, training, and education program to promote the prevention and treatment of heart, lung, and blood diseases and enhance the health of all individuals so that they can live longer and more fulfilling lives. The NHLBI stimulates basic discoveries about the causes of disease, enables the translation of basic discoveries into clinical practice, fosters training and mentoring of emerging scientists and physicians, and communicates research advances to the public. It creates and supports a robust, collaborative research infrastructure in partnership with private and public organizations, including academic institutions, industry, and other government agencies. The Institute collaborates with patients, families, health care professionals, scientists, professional societies, patient advocacy groups, community organizations, and the media to promote the application of research results and leverage resources to address public health needs. The NHLBI also collaborates with international organizations to help reduce the burden of heart, lung, and blood diseases worldwide. The Information Technology and Applications Center (ITAC) provides IT support services and application development to the NHLBI and awards several millions of dollars of contracts each year for these services. Purpose and Objectives The objective of this SOW is to acquire senior-level acquisition services to support the NHLBI's ITAC (i.e., the Customer) in (1) processing NHLBI's complex enterprise-wide Information Technology (IT) acquisitions through the entire acquisition life-cycle including planning, evaluation, and post-award reporting and (2) assisting the Customer in establishing process, templates, and training on the NHLBI acquisition process. Period of Performance The period of performance of this requirement shall not execeed six (6) months from time of award for a minimum/maximum of 520 hours. Project Description The Contractor shall provide senior-level acquisition support services to the Customer as specified below. TASK AREAS Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government, as needed to perform Task Assignments at the direction of the Contracting Officer's Representative (COR) in the following Task Areas; Task Area 1 - Status Reports The Contractor shall meet with the COR on an as-required basis to provide verbal reports on the status of individual task assignments. Task Area 2- Acquisition Requirements Gathering The Contractor shall assist the Customer in determining the scope of work for individual acquisition requirements and to recommend appropriate methods of acquisition and types of acquisition mechanisms to be used to meet a specific set of requirements. Task Area 3 - Prepare Draft Acquisition Documents The Contractor shall prepare a wide variety of draft acquisition documents specific to ITAC acquisitions, including statements of work and specifications, costs estimates, and other supporting documents required to be included in an acquisition record. Task Area 4 - Gather General Information and Prepare Reports The Contractor shall conduct studies and analyses as required to monitor the contracted programs and projects of the Customer. The Contractor shall prepare reports to meet the Customer's staff requirements on an as needed basis. Task Area 5 - Review and Edit Licensing Agreements The Contractor shall review and edit complex intellectual property transactions to ensure compliance with the FAR and other Federal law. Included in such tasks are (1) reviewing and editing software license agreements to protect the Customer's interests, and (2) coordinating revisions with the Customer‘s technical and management staff members and NHLBI the Office of Acquisitions (OA). This Task Area shall include (1) reviewing U.S. copyright law and other statutes that affect the rights of the parties under a license agreement, (2) reviewing current NIH policy on negotiating and approving license agreements, (3) ensuring that terms and conditions are negotiated that protect the Government's interests under license agreements, and (4) developing draft guidance, including tutorials, for technical and mangement staff in reviewing and negotiating license agreements for software and other intellectual property. Task Area 6 - Develop Acquisition Provisions and Guidelines The Contractor shall assist the Customer in understanding NIH-wide acquisition provisions and guidelines relative to the implementation of the Information Security requirements of the Federal Information Security Act of 2002 (FISMA), the Physical Security requirements of Homeland Security Presidential Directive (HSPD)-12, and other Federal policies and guidance affecting the acquisition of IT resources. Task Area 7 - Provide Instruction and Training on Acquisition-Related Topics The Contractor shall provide instruction and training to the Customer's staff members on an as needed basis on various acquisition-related topics. Task Area 8 - Review and Improvements of Acquisition Related Templates Develop templates for reuse of key acquisitions documents such as the Performance Work Statement (PWS), Sole Source Justification/JOFOC, etc. Develop checklists for acquisitions specific to ITAC to help guide ITAC federal staff through the acquisition process. Provide guidance on usage of the Independent Government Cost Estimate (IGCE) and work with the government to determine best practices for using IGCE's in the ITAC acquisition environment. Help develop estimation templates based on the existing ITAC BPA costs that can be tailored for use for non-BPA contracts. Task Area 9 - Other Services The Contractor shall perform other Task Assignments relating to the scope, but not otherwise specified above, as directed by the COR to support the Customer. Task Area 10 - Phase-Out Plan In the event the Government competes the requirements of this SOW and prior to completion of this Task Order's period of performance, the Contractor shall, at the Government's option, provide the Government with a Phase-Out Plan that shall ensure an orderly and successful transition of the remaining task assignments to a successor contractor should the incumbent Contractor not be selected during the competition. As part of the Phase-Out Plan, the Contractor shall adequately train the successor contractor's employees following any competition of the requirements specified in this SOW. Other Important Considerations In order to successfully perform all of the work requirements specified above, a contractor must possess, at a minimum, senior-level experience and expertise in the following: (1) an in-depth working knowledge of Federal and, in particular, NIH policies and procedures for Information and Physical Access Security as they pertain to the acquisition of complex IT resources; (2) extensive subject matter expert knowledge and experience in processing the award of complex enterprise-wide IT acquisitions through the entire acquisition life-cycle in a Federal agency with a scientific-focused mission; (3) extensive subject matter expert knowledge and experience in reviewing and negotiating complex commercial licensing agreements for IT resources to ensure compliance with the FAR and other Federal law; and (4) extensive subject matter expert knowledge and experience in developing and implementing NIH-wide Information and Physical Access Security acquisition procedures and provisions. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The Customer conducted market research pursuant to the procedures prescribed at FAR 10.002 to determine if other commercial sources are available with the combination of senior-level experience and expertise required to successfully perform all of the work specified above. The determination was made that the Government's requirements can be met by acquiring the required subject matter expertise that is customarily available in the commercial marketplace. The techniques used by Customer's program staff in conducting the market research included (1) contacting knowledgeable sources regarding existing capabilities in the marketplace to meet the Government's requirements, and (2) reviewing lists of alternative sources that provide subject matter expertise in complex Federal IT acquisitions to determine if other sources are available in the open market, including the GSA Federal Supply Schedule. The Customer examined the availability of certified small business concerns that could successfully perform all of the work requirements specified above. Dennis E. Black, LLC is a Veteran Owned Small Business and is currently registered in the Federal System of Award Management (SAM) (DUNS No. 117080098). As a result of the market research conducted by the Customer's program staff, Dennis E. Black, LLC, is the only source identified that can provide the unique combination of senior-level experience and subject matter expertise to successfully perform all of the work requirements. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 12:00PM EST on November 13, 2014 and must reference number NHLBI-CSB-(HL)-2014-025-JEF. Responses may be submitted electronically to Jenn Frazer at jenn.frazier@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch,6701 Rockledge Drive, Room 6145 Bethesda, MD 20892-7902, Attention: Jenn Frazier. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2014-025-JEF/listing.html)
 
Place of Performance
Address: Task assignments shall be performed at Federally-controlled facilities in the Bethesda, Maryland, area and non-Federally-controlled facilities, including the Contractor’s facility, depending upon the Customer’s program requirements., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03565438-W 20141106/141104234353-7ad30f110023a2dddb588ab39fbb00e4 (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.