Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2015 FBO #4795
MODIFICATION

R -- Technical Science Writer.

Notice Date
1/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SS-SA)-CSS-2015-56
 
Archive Date
1/31/2015
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. THIS IS A TOTAL SMALL BUSINESS SET ASIDE The solicitation number is HHS-NIH-NIDA(SS-SA)-CSS-2015-56 and the solicitation is issued as an request for quotation (RFQ). This acquisition is for a 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 (services), and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-74, dated July 1, 2014. A notice regarding any set-aside restrictions, the associated NAICS 334516 code and the small business size standard is $14.0 dollars. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institute on Aging (NIA) at the NIH would like to procure a Technical Science Writer. Statement of Work (SOW) GENERAL INFORMATION Title of Project: Science Technical Writer Background: Accurate minutes of National Advisory Council on Aging (NACA) are an essential requirement of operations at the National Institute on Aging (NIA). The meetings include multiple presentations of a technical scientific nature in a single meeting and NIA needs the services of someone with strong scientific background and excellent communication skills to capture these presentations and the ensuing discussions in the minutes. Statement of Objective: The purpose of the procurement is to obtain well-written drafts of the proceedings of the NACA meetings that will take place on January 28, May 13, and September 16, 2015. Period of Performance: a. Base year January 20, 2015 through January 19, 2016 b.Option year 1 January 20, 2016 through January 19, 2017 c.Option Year 2 January 20, 2017 through January 19, 2018 SCOPE OF WORK The vendor shall provide NIA with comprehensive and well-written minutes of the Council meetings, as follows: 1.The documents will be 15-20 pages in length, single spaced, and consistent. 2.The documents will be submitted electronically in WORD format to NIA staff within 2 weeks after the receipt of the meeting minutes from NIA. 3.The vendor will write, edit, copyedit, and format the documents. DELIVERABLES 1.Description of Tasks and Associated Deliverables: The vendor will provide NIA with comprehensive and well-written minutes of the Council meetings. The documents will be 15-20 pages in length, single spaced, and consistent in style with previous meeting minutes. The documents will be submitted electronically in WORD format to NIA staff within 2 weeks after the receipt of the meeting transcripts from NIA. The vendor will attend the National Advisory Council on Aging meeting on January 28, May 13, and September 16, 2015, and provide NIA with comprehensive and well-written minutes of the Council meetings. Task & Deliverable Vendor must attend the National Advisory Council on Aging meeting on January 28, 2015, May 13, 2015 and September 16, 2015 and provide Comprehensive and well written minutes from Council Meeting, 15-20 pages in length, and single spaced. The documents will be submitted electronically in word format. The vendor will write, edit and copy edit and format the documents. 2 weeks after receipt of the meeting transcripts from NIA I. SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS Section 508 Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Intranet or Internet Services." Section 508 Deliverable Requirements The activity to be performed relates to or requires the use of EIT. Section 508 must be considered as a requirement for Internet/Intranet Services outputs/deliverables to assure that it considers specific Section 508 accessibility requirements. Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their background and experience will enable them to at least meet those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their background and experience will enable them to at least meet those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Internet/Intranet Service outputs/deliverables will meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. accessibility capabilities and past performance) will be eligible for any additional merit consideration. J.CONTRACTING OFFICER'S REPRESENTATIVE (COR) <specify COR and provide copy of COR's training certification with the SOW> 1.The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: TBD at time of award 2.The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. 3.The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract 4.The Government may unilaterally change the COR designation for this contract. EVALUATION AWARD CRITERIA: Mandatory Criteria The solicitation contains the following mandatory qualification criteria for a Technical Science Writer: 1.The lead writer must hold a doctoral degree in biomedical, behavioral or social sciences relevant to aging research. 2.Have a minimum of four years of experience in preparing reports or minutes of scientific advisory committees in the life sciences. Failure to adequately document compliance with either of the above listed mandatory requirements will result in the elimination of the Offerors proposal from further consideration. The proposal will be considered to be non-responsive, and the Offeror will be disqualified. There are no points related to the mandatory requirements. The Mandatory requirements will be evaluated on a pass/fail basis. Technical Evaluation Criteria Qualifications of Technical Scientific Writer 70 Point. Demonstrated experience is to include but not limited to the following: •Experience in Science Writing •Demonstrated familiarity through prior experience with the broad fields of aging research to include either NIH-grant funding in a field of aging research or program or review experience at NIH in fields of aging research. •Ability to oversee all aspects of minute preparation involving scientific talks, •Familiarity with NIH rules and policies concerning conduct of advisory meetings,. •Excellent communication skills; ability to communicate professionally and knowledgeably and work in a team environment. • Qualifications\Capabilities of the Contractor30 Points Demonstrated experience is to include but not limited to the following: •a record of successful recruitment and retention of qualified technical science writers in the fields of life sciences research •sufficient resources and competence in media and media technology to staff advisory meetings unobtrusively with no distraction of meeting participants., •Policies for replacement of professional staffing •Experience supplying professional staffing in the DC metro area. Past Performance 25 Points Documented evidence of the Offerors successful performance for a minimum of three (3) recent contracts staffing Technical Scientific Writers similar to requirements specified in the statement of work. •Record of successful on-time delivery of drafts and reports of advisory committee meetings. Total possible points 125 Points Award Criteria Selection of an Offeror for award will be based on an evaluation of proposals against the evaluation factors specified above. Although technical experience is of paramount consideration in the award, Past Performance are also important to the overall award decision. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFQ. The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition; The provision of FAR clause 52.217-9, Option to Extend the Term of the Contract (March 2000), applies to this acquisition. 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, technical, price and other factors considered. The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. 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." All responses must be received by January 16, 2015 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS-SA)-CSS-2015-56. Responses may be submitted electronically to rodney.brooks@nih.gov. "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/NIDA-01/HHS-NIH-NIDA(SS-SA)-CSS-2015-56 /listing.html)
 
Record
SN03611721-W 20150110/150108234937-8208a3bd68bad41e5b004df2d625d85e (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.