Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

R -- Sharepoint Site Manager

Notice Date
9/10/2020 6:47:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(AG)-SOL-75N95020Q00170
 
Response Due
9/21/2020 9:00:00 AM
 
Archive Date
10/06/2020
 
Point of Contact
Andrea Clay, Phone: 3014802449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-(AG)- SOL-75N95020Q00170 and the solicitation is issued as a request for quotation (RFQ). ACQUISITION AUTHORITY� 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, 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 2020-08, dated August 13, 2020. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 541990 All Other Professional, Scientific and Technical Services size standard $16.5 dollars. This requirement is set aside for 8(a) small businesses. BACKGROUND The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.� PURPOSE AND OBJECTIVES The purpose of this requirement is to provide the administrative and program support staff require an intuitive, structured, content-driven source of information, guidelines, policies and procedures to efficiently and effectively carry out their duties and responsibilities. Redesigning the current Administrative Desk Guide provides an opportunity to take advantage of new technology and latest collaboration tools that will provide a user-friendly and easily navigable site as well as ease in updating content more efficiently providing an accurate and reliable source of information. SCOPE OF WORK Design a new SharePoint informational portal with a landing page and sub pages in an established subsite. Perform requirements analysis. Design a two static home page as a Landing page. Designs are to be modern and intuitive to assist the user to find the respective files, information or data they are seeking. Finalize homepage and key subpage concepts. Based on selected home page concept design subpage concepts. Design to modify the top and side navigation menu for a new site under the Departments subsite. HTML conversion of all the approved design concepts to HTML templates which are responsive and adhere to 508 compliance. Setup as applicable a new site collection to implement the new User interface (UI) to the SharePoint templates. Create new custom webparts based on user interface design components. Establish site map Setup subpages and key landing page as per the new sitemap Work with Hosting Team on any deployments as applicable Conduct QA of all site pages prior to delivery Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 PERIOD OF PERFORMANCE: 6 months Attachments: Attachment 1 � Statement of Work Attachment 2 - 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) (Please complete and resubmit with offer) Attachment 3 - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2020) 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 considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. The following FAR provisions shall apply to this solicitation: 52.204-7, System for Award Management (Oct 2018), 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020), 52.212-1, Instructions to Offerors--Commercial Items (Jun 2020), 52.212-2, Evaluation--Commercial Items (Oct 2014). Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (Aug 2020), with their offer. The following clauses shall apply to this solicitation and any resultant contract: 52.204-13, System for Award Management Maintenance (Oct 2018), 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020), 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2020), 52.227-14, Rights in Data � General (May 2014), and HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations. 52.239-1 Privacy or Security Safeguards (Aug 1996). The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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."" All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by September 21, 2020 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-(AG)- SOL-75N95020Q00170.� Responses may be submitted electronically to amcgee@mail.nih.gov.� For information regarding this solicitation, contact Andrea Clay by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e1c5c795f097496392cfc64ac50654bb/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05793099-F 20200912/200910230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.