Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2024 SAM #8172
SOURCES SOUGHT

R -- PROFESSIONAL STRATEGIC AND PROGRAM PLANNING SERVICES (PSPPS)

Notice Date
4/10/2024 6:48:09 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
SS-NIAID-24-04102024
 
Response Due
4/24/2024 12:00:00 PM
 
Archive Date
05/09/2024
 
Point of Contact
Seth Schaffer, Phone: 3017616205, Tamara McDermott
 
E-Mail Address
seth.schaffer@nih.gov, tamara.mcdermott@nih.gov
(seth.schaffer@nih.gov, tamara.mcdermott@nih.gov)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Amendment 1 - 4/10/2024: Replaced Draft SOW attachment with most updated version Introduction This is a Women-Owned Small Business (WOSB) Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified WOSB sources to perform a potential requirement. Background National Institute of Allergy and Infectious Diseases (NIAID) has a unique dual mandate to� conduct and support basic and applied research to better understand, treat, and ultimately prevent infectious, immunologic, and allergic diseases and to respond rapidly to emerging public health threats. The Division of Clinical Research (DCR) is a program within NIAID. The DCR�s mission is to provide multi-disciplinary trans-NIAID services for facilitating clinical research and managing special projects as directed by NIAID leadership.� New and expanding Congressional mandates, changing policies and information technologies, expanding research programs, and NIAID�s leadership role in the global community have resulted in a critical requirement for NIAID to obtain strategic and program planning services. Project Summary NIAID DCR has a requirement for professional strategy management, financial and program implementation/planning services to support the optimal functioning of the DCR in performing its mission.� The required services include assisting DCR in the following areas: program deployment and implementation, strategy management and evaluation, financial management guidance and administration support, operations management support, acquisitions support, and related activities necessary to the conduct of NIAID DCR business. Please see Attachment 1 � Draft Statement of Work (SOW) for project requirements regarding these service areas and their respective deliverables. NIAID seeks a contractor with highly skilled personnel with the following capabilities: Expertise and understanding of multi-faceted budgets Experience and knowledge base with federal government (policy and standard operating procedures regarding FAR, acquisitions, contract management, budget execution and management, strategy management, etc.) Good communication skills (both verbal and written) with external customers and partners and internal collaborators) Firm understanding of federal government process regarding budget, acquisitions, payroll, financial management services, etc. Experience working in an international or global setting with international partners Ability to understand program needs and support development of budgets to optimize utilization and alignment of resources to advance program goals. Strong understanding of strategy management and resource alignment processes. NIAID anticipates a single award Labor Hour contract. Anticipated Period of Performance Base period:��������������� August 21, 2024 � August 20, 2025 Option Period 1: ������� August 21, 2025 � August 20, 2026 Option Period 2: ������� August 21, 2026 � August 20, 2027 Capability Statement/Information Sought If your organization has the potential capacity to provide strategic and program planning services which meet the requirements and performance capabilities listed in the draft SOW, please provide the following information: Organization name, address, point of contact, email address, website address, telephone number, UEI number Business size under NAICS 541611. Indicate if your company is designated as a certified WOSB through the WOSB Federal Contract Program https://wosb.certify.sba.gov/ �� Tailored capability statement addressing the Draft SOW. Capability document shall be no more than ten (10) pages, not including staff resumes or personnel information. Information regarding: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects similar in size, type, and complexity as set forth in the draft SOW; (d) examples of current or prior Government contracts, references, and other related information; and (e) corporate experience and management capability. Any other information that may be helpful in developing or finalizing the acquisition requirements. If your company customarily provides these services through a contract type other than Labor Hour, please explain. Provide the NAICS under which your company usually provides the requirements described in the draft SOW.� Please provide rationale for your answer if different from 541611. Submission Instructions Interested businesses who consider themselves qualified to provide the above listed products and services are invited to submit a response to this Sources Sought Notice by April 24, 2024, at 3:00 PM EST. All responses under this Sources Sought Notice shall be emailed to seth.schaffer@nih.gov. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov.� However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5a6e09ad149454680709bca72fd1fb8/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN07026556-F 20240412/240410230051 (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.