Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2014 FBO #4771
MODIFICATION

R -- Professional, Administrative, and Management Support Services

Notice Date
12/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIAID14C-JDB1708949
 
Archive Date
1/10/2015
 
Point of Contact
Jennifer D. Burke, Phone: 240-669-5115, Pamela E. Nevels, Phone: 240-669-5089
 
E-Mail Address
jennifer.burke2@nih.gov, pamela.nevels@nih.gov
(jennifer.burke2@nih.gov, pamela.nevels@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION being issued to Solicitation Number NIAID14C-JDB1708949 to add Set aside: Total Small Business This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. This is a 100% small business set-aside. Solicitation number NIAIDRFQ14C-JDB1708949 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 dated October 1, 2014. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR). This acquisition will be processed under Simplified Acquisition Procedures (SAP). All responsible sources may submit an offer that will be considered by this agency. The North American Industrial Classification System Code is 541611 and the small business size standard is $15000000. This acquisition is for full and open-competition. The National Institutes of Health, National Institute of Allergy and Infectious Diseases (NIH/NIAID), has a requirement for the following: Contractor Requirements • The collaborators will be attending meetings at NIH and working in laboratory space in the Twinbrook Complex of NIH located at Twinbrook. 1. Building, room 1109 at 5640 Fishers Lane, Rockville, MD 20852 or the Denise Jeffers Laboratory of Malaria Immunology and Vaccinology, Room 1107 provided by Dr. Patrick E. Duffy. • The contractor will secure appropriate the hotel selection in Rockville, MD for these visits must be within walking distance of the Metro accessible within 2 metro-rail stops of the Twinbrook Metro Station. • When collaborators attend and/or present at scientific meetings (e.g. ASTMH), the selected hotel must be within walking distance to the conference, dining, and all conference activities. • The contractor shall disburse the appropriate expense funds to each collaborator with the proper documentation and provide monthly report summarizing the monthly activities. • The contractor shall provide clear and precise instructions to each traveler on where, when and how to obtain reimbursement. Materials provided by Sponsor • Monthly Summary Reports will be submitted monthly. Key Personnel • The Contractor agrees to utilize the following Key Personnel on this requirement: The contractor shall identify their key personnel performing the services under this PWS. In accordance to FAR 52.212-2 Evaluation - Commercial Items the Government will award a contract resulting from this solicitation to the responsible offeror whose offering conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Specifications of the attached PWS, (2) Corporate Experience: The extent and nature of experience of the offeror in providing Professional, Administrative, and Management Support or performing the same or similar requirements, (3) Personnel: The offeror shall provide a draft proposal for travel support demonstrating their ability to coordinate Professional, Administrative, and Management Support for Foreign Scientific Collaborators and visitors, hotel site selection & accommodations, meeting room selection & logistics, transfers to and from airport to Bethesda, all meals, onsite management support,(4) Past Performance/Performance Risk: Degree of confidence the Government has in the Offeror's ability to provide the requirements of the solicitation based on the offeror's demonstrated record of performance on recent relevant efforts. NIAID will assess the relevancy of the experience and if relevant evaluate the Offeror's past performance (how well the offeror performed on the referenced projects). If the offeror has no relevant past performance references, it will be evaluated as Neutral, and (5) Price or Cost: The offeror shall provide with their price to perform all requirements of the PWS for the base period and the option periods. The offeror shall provide their rationale for the proposed increases. The technical proposal will be rated as follows: Outstanding, Good, Acceptable, and Unacceptable. The past performance will be rated as follows: Very Relevant, Relevant, Somewhat Relevant, Not Relevant, Substantial Confidence, Satisfactory Confidence, and Limited Confidence. The Government will issue a firm-fixed price purchase order to the responsible contractor. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). By submission of an Offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representative and Certifications Commercial items and services in the SAM database. Any questions concerning this solicitation shall be submitted to the contracting office via email to Jennifer Burke, no later than 1600 EST December 19, 2014. Contracting Officer shall gather all questions from prospective vendors. Contracting Officer will reply via email with answers by solicitation closing date. Solicitation shall be extended if additional time is needed for submission of quotes by interested parties. Although not required, interested parties may submit a sample of their product for evaluation by the government. A FedEx account number is required for vendors requesting return of sample product. The government will not be held responsible for the return of any sample not submitted with a FedEx account. The following Federal Acquisition Regulations provisions and clauses apply to this acquisition: FAR 52.204-7, System for Award Management. FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2014), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Oct 2014) (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Handicapped Workers. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases ). FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)), FAR 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553), FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note), FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note), FAR 52.219-8 Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3), FAR 52.219-14 Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14), FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2), FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212), FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), FAR 52.225-1 Buy American Act--Supplies (May 2014) (41 U.S.C. 10a-10d), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332), FAR 52.217-8 Option to Extend Services. Option to Extend Services (Nov 1999), FAR 52.217-9 Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000), HHSAR 352.222-70 Contractor cooperation in equal employment opportunity investigations As prescribed in 322.810(h), the Contracting Officer shall insert the following clause: Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) (a) In addition to complying with the clause in FAR 52.222-26, Equal Opportunity, the Contractor shall, in good faith, cooperate with the Department of Health and Human Services (Agency) in investigations of Equal Employment Opportunity (EEO) complaints processed pursuant to 29 C.F.R. Part 1614. For purposes of this clause, the following definitions apply: (1) "Complaint" means a formal or informal complaint that has been lodged with Agency management, Agency EEO officials, the Equal Employment Opportunity Commission (EEOC), or a court of competent jurisdiction. (2) "Contractor employee" means all current Contractor employees who work or worked under this contract. The term also includes current employees of subcontractors who work or worked under this contract. In the case of Contractor and subcontractor employees, who worked under this contract, but who are no longer employed by the Contractor or subcontractor, or who have been assigned to another entity within the Contractor's or subcontractor's organization, the Contractor shall provide the Agency with that employee's last known mailing address, e-mail address, and telephone number, if that employee has been identified as a witness in an EEO complaint or investigation. (3) "Good faith cooperation" cited in paragraph (a) includes, but is not limited to, making Contractor employees available for: (i) formal and informal interviews by EEO counselors or other Agency officials processing EEO complaints; (ii) formal or informal interviews by EEO investigators charged with investigating complaints of unlawful discrimination filed by federal employees; (iii) reviewing and signing appropriate affidavits or declarations summarizing statements provided by such Contractor employees during the course of EEO investigations; (iv) producing documents requested by EEO counselors, EEO investigators, Agency employees, or the EEOC in connection with a pending EEO complaint; and (v) preparing for and providing testimony in hearings before the EEOC and U.S. District Court. (b) The Contractor shall include the provisions of this clause in all subcontract solicitations and subcontracts awarded at any tier under this contract. (c) Failure on the part of the Contractor or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate this contract for default. In order to be considered for an award, an offeror must have completed the electronic Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov in accordance with FAR 4.1201(a). The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail, email or hand carried to NIH/NIAID/AMOB Attn: Jennifer Burke, 5601 Fishers Lane 3A49, Rockville, MD 20852, emailed to Jennifer.burke2@nih.gov. Written or emailed information must be received at this office on or before 26 December 2014, at 4:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID14C-JDB1708949/listing.html)
 
Record
SN03596254-W 20141217/141215234711-9553315922e9157c3825576caefe0407 (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.