MODIFICATION
70 -- Technical Research Support Services
- Notice Date
- 8/22/2005
- Notice Type
- Modification
- NAICS
- 541511
— Custom Computer Programming 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
- 263-2005-Q-(GI)-0037
- Response Due
- 9/6/2005
- Archive Date
- 9/21/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a the continuation combined synopsis/solicitation for 263-2005-Q(GI)-0037. Price Section B - Supplies and Prices Independently and not as an agent of the Government, the Contractor shall provide all necessary trained and qualified personnel, labor, equipment, parts and materials, to help provide staffing necessary to help National Institutes of Health (NIH), fulfill their mission in accordance with the statement of work as set forth in Section C. Basic Contract Period From________________ through _________________ (To be completed at the time of award) ESTIMATED LABOR HOURS Labor Category Estimated Monthly Hours Fixed Loaded Hourly Rate Estimated Total Amount Senior Scientist Level I 600 Level II 10 Level III 10 Level IV 10 Level V 10 Senior Engineer Level I 200 Level II 10 Level III 500 Level IV 600 Level V 600 Senior Systems Analyst/Programmer Level I 800 Level II 10 Level III 200 Level IV 10 Level V 10 Junior Programmer/Engineer Level I 10 Level II 200 Level III 10 Level IV 400 Junior Research Assistant Level I 1000 Level II 1000 Level III 1800 Level IV 1000 Technical Writer Level I 200 Level II 10 Project Manager 100 Total Estimated Amount: Option Year One From________________ through _________________ (To be completed at the time of award) ESTIMATED LABOR HOURS Labor Category Estimated Monthly Hours Fixed Loaded Hourly Rate Estimated Total Amount Senior Scientist Level I 600 Level II 10 Level III 10 Level IV 10 Level V 10 Senior Engineer Level I 200 Level II 10 Level III 500 Level IV 600 Level V 600 Senior Systems Analyst/Programmer Level I 800 Level II 10 Level III 200 Level IV 10 Level V 10 Junior Programmer/Engineer Level I 10 Level II 200 Level III 10 Level IV 400 Junior Research Assistant Level I 1000 Level II 1000 Level III 1800 Level IV 1000 Technical Writer Level I 200 Level II 10 Project Manager 100 Total Estimated Amount: Solicitation Provisions and Clauses: This solicitation incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acqnet.gov/far FAR 52.252-1 S OLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) The solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JAN 2005), FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (March 2000) at http://orca.bpn.gov ? With Duns Number Addendum 52.204-6 (OCT 2003), FAR 52.212-4 Addendum to FAR 52.212-4: Year 2000 Warranty ? Commercial Supply Items (July 1997), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (April 2005), The resulting solicitation will incorporate the requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - DEVIATION FOR SIMPLIFIED ACQUISITIONS. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: 52.204-7 Central Contractor Registration, FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222-37; EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS OF VIETNAM ERA, FAR 52.225-3, FAR 52.216-21, FAR 52.217-8 - Option to Extend Services. FAR 52.217-9 ? Option to Extend the Term of the Contract, and FAR 52.228-5 ? Work on a Government Installation. Offers must be submitted on an SF 18 or SF 1449 that is signed by an authorized representative of the offeror and includes a completed Schedule of Offered Supplies/Services. Offers must be accompanied by a completed and signed Representations and Certifications ? Commerical Items ? with DUNS Number addendum. Offerors must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the offer meets all of the foregoing requirements. The offeror shall submit an original and four copies of the technical proposal addressing the evaluation criteria and an original and four copies of the price proposal. Offerors shall include fixed hourly rates per labor category. Offers and related materials must be received in this office by 3 p.m. EST. Fifteen calendar days of this announcement. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to Terita Stevenson at the address listed in this notice. Please reference the solicitation number, 263-05-Q(GI)-0037 on your offer. Insurance Requirement The Contractor shall, at his own expense, provide and maintain during the entire performance period of this contract insurance of at least the kinds and minimum amount specified below: (a) Worker?s Compensation and Employer?s Liability - $100,000 (b) General Liability ? Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (c) Automobile Liability - $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. At all times during performance, the Contractor shall maintain with the Contracting Officer a current Certificate of Insurance showing at a minimum the insurance required above, and providing thirty (30) days written notice to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. The Contractor shall provide the Contract Specialist with a copy of this Certificate within five (5) days of contract award. INVOICE SUBMISSION: (a) In addition to providing a copy to the Project Officer, the Contractor shall submit an original and 2 copies of the invoice to the following address: The National Institutes of Health Accounts Payable Section, OFM Building 3l, Room BlB39 Bethesda, Maryland 20892 One copy of the invoice should also be provided to the following address: The National Institutes of Health Office of Logistics and Acquisition Operations Attn: Terita R. Stevenson 6011 Executive Boulevard, Room 539C Bethesda, Maryland 20892-7663 (b) Inquiries regarding payment of invoices should be directed to the office designated above, attention of Chief, Accounts Payable Section, (30l) 496-6088. (c) The contractor must include the following information to comply with proper invoice submission procedures pursuant to FAR 32.9. (l) Name and address of the contractor. (2) Invoice date. (3) Contract number or other authorization for supplies delivered or service performed (including order number and contract line item number). (4) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (5) Shipping and payment terms. Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (6) Name and address of contractor official to whom payment is to be sent (must be same as that in the contract or on a proper notice of assignment). (7) Name (where practicable), title, phone number, and mailing address of person to be notified in event of a defective invoice. (8) Any other information or documentation required by the contract (such as evidence of shipment). INDEFINITE DELIVERY CONTRACT PAYMENT METHOD: Listed below are the steps to be taken for both the Consignee and the Contractor in order to initiate and receive payment promptly. Contractor: A (ROC) Record of Call number should be given to you at the time the order is placed. The Contractor is cautioned not to accept an order unless a proper Record of Call number is issued. This Record of Call number is to be completed in accordance with, Invoice Submission. Original invoices are to be submitted monthly to the address indicated on Page l, Block 25 of the contract. Invoices shall cite the Contract Number and the Record of Call number. Consignee: The Record of Call should be entered into the Delegated Procurement System (DELPRO) at the time the call is placed. As deliveries are made, the receiving information should be entered into the DELPRO System. The following individuals are designated as consignees and are authorized to place orders and to receive orders: Angie Healy & Etienne Lamoreaux Wage Determination The Wage Determination for this requirement is 1994-2103 Revision No. 34, dated 05/23/2005.
- Place of Performance
- Address: 5635 Fishers Lane, Room 3067, Bethesda, Maryland
- Zip Code: 20892
- Country: usa
- Zip Code: 20892
- Record
- SN00875921-W 20050824/050822211844 (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 |