Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOLICITATION NOTICE

R -- Phase II of Strategic Planning process

Notice Date
4/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894
 
ZIP Code
20894
 
Solicitation Number
NLM-06-125-JAC
 
Response Due
5/5/2006
 
Archive Date
5/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information contained in this notice. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13. This solicitation document incorporates provisions and clauses that are in effect through February 2006 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-07. This acquisition is 100% small business set-aside and the North American Industry Classification System (NAICS) code is 541611 with a small business size standard of $6.0 million. This announcement constitutes the formal Request for Quotation (RFQ) and a written solicitation WILL NOT be issued. The National Institutes of Health (NIH), Office of Behavioral and Social Science Research (OBSSR) intends to negotiate on a sole source basis with Concept Systems, Inc. (CSI), 401 E. State St #402, Ithaca, NY 14850. In Phase I, CSI facilitated the translation of surveillance and intervention research evidence so as to promote the adoption of evidence-based community health practices in order to reduce cancer incidence and improve cancer outcomes, particularly for underserved communities whose disproportionate cancer burden make the greatest contribution to cancer-related health disparities. The Translating Research into Improved Outcomes (TRIO) Initiative has three components: 1) surveillance and modeling, 2) dissemination of evidence-based cancer control interventions, and 3) special partnerships to understand the infrastructure barriers to eliminating cancer-related health disparities in underserved communities. In the course of the initiative thus far, OBSSR would like to procure the services of CSI during Phase II. In Phase II of the TRIO Initiative, CSI would continue to: 1) support and contribute to OBSSR?s development of the strategic document and the public presentation of the office?s strategy, 2) develop and manage a time-sensitive and effective process to highlight programmatic, relationship, structural changes that the strategic initiatives indicate, and how the office will implement to enable such changes, and 3) assist OBSSR to develop an easily managed progress assessment approach to support the office?s ongoing refinement of its strategic vision. It is strongly in OBSSR?s interests to have CSI continue to provide strategic planning stages to ensure that the key priorities identified are on target, translatable to action, and measurable rather than have another company do these tasks. CSI is the owner and sole licensor of The Concept System software suite which will provide these specific services. No other sources or combination of sources provides the features that CSI?s software offers. Further awards to any other sources would result in both substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency's requirements. The period of performance is anticipated to be from the start of the contract through September 30, 2006?a period of five (5) months with option for one (1) successive one-year period. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice is not a request for competitive proposals. However, all proposals received by May 5, 2006 at 3:00 PM local time will be considered by the government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Normally information received is considered solely for the purpose of determining whether to conduct a competitive procurement. Questions should be directed, via facsimile or email, to Joan Coulter, Business Opportunity Specialist, Office of Acquisition Management, National Library of Medicine, 8600 Rockville Pike, Room B1N17, Bethesda, MD 20894. Phone: (301) 435-4390; Fax: (301) 402-0642; email: jc224a@nih.gov. Vendor shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR): htm://www.amet.gov/far/. The following clauses and provisions shall apply to this acquisition and maybe obtained from the web sites: 52.212-3, Offeror Representations and Certifications ? Commercial Items (March 2005); 52.212-4, Contract Terms and Conditions ? Commercial Items (September 2005); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (February 2006).
 
Record
SN01032575-W 20060423/060421220509 (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.