SOURCES SOUGHT
R -- Cost Realism Support Services
- Notice Date
- 6/25/2004
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
- ZIP Code
- 20892-7663
- Solicitation Number
- 263-04-Q(DT)-0063
- Response Due
- 7/12/2004
- Archive Date
- 7/27/2004
- Point of Contact
- Foteni Tiffany, Contracting Officer, Phone 301-402-3079, Fax 301-402-3407, - Lloyd Garnes, Purchasing Agent, Phone 301-402-3341, Fax 301-480-3476,
- E-Mail Address
-
tiffanyf@od.nih.gov, lgarnes@od.nih.gov
- Description
- THE NATIONAL INSTITUTES OF HEALTH (NIH) is conducting a market survey to determine the availability and potential technical capability of small businesses certified as 8(a), as well as those owned by Historically Underutilized Business Zone concerns (HUBZone) and service-disabled veterans to provide cost realism reviews of proposals received by the NIH. Proposals will be responding to two planned contracts being conducted under ?competitive sourcing? standard competitions, in accordance with OMB Circular A-76, as revised. Specifically, the contractor will 1) assess each proposed offeror?s/subofferor?s responsibility; 2) evaluate the costs in each business proposal to determine if they are realistic and consistent with the proposed organizational structure, staffing levels and other technical requirements identified by each offeror/subofferor in their technical proposal; 3) prepare a report to summarize and explain the results of each review; and 4) provide such cost realism support services on site at the NIH, 6100 Executive Boulevard, Rockville, Maryland. The Government will evaluate capability information, responding to this market survey, using the following criteria: 1) demonstrated ability from past experience to perform cost realism reviews of business/cost proposals; 2) demonstrated ability from past experience to perform specialized cost realism reviews of business/cost proposals submitted in response to OMB Circular A-76 competitions; 3) past experience in preparing work papers to document cost realism reviews; 4) past experience in preparing reports to summarize findings and conclusions of cost realism reviews and 5) past experience in providing training relative to performing cost realism reviews; and 6) demonstrated ability to access specialized subject matter expertise as it relates to the technical scope of the ?competitive sourcing? study. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541611, Administrative Management and General Management Consulting Services, with a size standard of an average in annual receipts of $6.0M over the last 3 years. The Performance Work Statements (PWSs) for the two ?competitive sourcing? efforts currently being studied and competed under the requirements of OMB Circular A-76 are posted in Federal Business Opportunities (FedBizOpps) and at http://a-76.nih.gov/. The NIH will synopsize this procurement under one of the Government?s small business set-aside programs. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, Web site address and telephone number, noting the size and type of ownership for the organization, i.e., small business and those owned by the disadvantaged, certified 8(a), women, Historically Underutilized Business Zone (HUBZone) concerns, veterans, and service-disabled veterans; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability and capacity to technically perform. Organizations responding to this market survey should keep in mind that only focused and pertinent information as it relates to cost realism reviews is requested. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements to demonstrate that small business prime contractors can maintain labor, technical, and management control of the project, meeting the ?limitations on subcontracting? imposed on small business set-aside programs. Responding firms should provide three (3) copies of a tailored capability statement to Foteni Tiffany, National Institutes of Health, Room 529W, 6011 Executive Boulevard, Bethesda, MD 20892-7663 within ten (10) business days from the date of publication of this notice. This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred.
- Place of Performance
- Address: 6100 Executive Boulevard, Rockville, MD
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN00610177-W 20040627/040625230517 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |