Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
MODIFICATION

R -- Program Officer

Notice Date
5/8/2007
 
Notice Type
Modification
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-RR-PB-2007-140-DE
 
Response Due
5/9/2007
 
Archive Date
5/24/2007
 
Point of Contact
Donald Ervin, Contract Specialist, Phone (301) 435-7920, Fax (301) 480-3345, - Debra Hawkins, Chief, Procurement Branch, Phone (301) 435-0367, Fax (301) 480-3345,
 
E-Mail Address
ervindl@mail.nih.gov, dh41g@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This market survey / sources sought notice is hereby revised to read as follows: The National Institutes of Health (NIH), National Center for Research Resources (NCRR) is seeking the assistance of an of a well-trained health science administrator to perform the duties of program officer, on a part-time basis within NCRR?s Division of Research Infrastructure. The objective of this requirement is to provide management oversight of a portfolio within the Institutional Development Award Program (IDEA), provide clinical and translational activities for Research Centers in Minority Institutions (RCMI), revise RCMI?s FOA, and provide management oversight for NCRR?s Certificates of Confidentiality. A market survey is being conducted to determine the availability and potential technical capability of small businesses to provide the services stated herein. Based upon the responses to this market survey, the Government will determined if the requirement is suitable for competition on a restricted bases to a small business or on an unrestricted basis. The intended procurement will be classified under North American Industry Classification System code 514618, Other Management Consulting Services, with a size standard of $6M. Specifically, the Contractor shall: 1. Monitor and review the scientific progress and financial status of 24 COBRE centers and an INBRE statewide network. 2. Draft appropriate correspondence to grantee inquires. 3. Assist the evaluation of the IDEA annual progress reports, and provide recommendations 4. Assist with management oversight of the RCMI Translational Research Network cooperative agreement. 5. Advise on RCMI clinical and translational activities. 6. Review the RCMI portfolio, which entails review of the clinical and translational activities in the portfolio and planning the FOA that will integrate theses activities. 7. Provide assistance to DRI staff in monitoring both RCMI and IDEA grantees. 8. Provide oversight of the ?Certificates of Confidentiality? 9. Shall be authorized to travel and attend program specific meetings, programmatic site visits, and national and regional meetings. The Government anticipates that there will be one performance based service contract awarded for this requirement. The proposed performance period is May 2007 through December 2007. The proposed level of effort is 700 direct labor hours. If your organization has the potential capacity to perform these services, please provide the following information: 1) Organization name, address, email address, Web site address and telephone number as well as size and type of ownership for the organization, i.e., large business, small business, Small Disadvantaged Business, 8(a), woman-owned, Historically Underutilized Business Zone (HUBZone) concern, Veteran, and or Service-disabled Veteran; 2) Business size information which states, the business size, annual receipts (average gross revenue) for the last three (3) fiscal years, and whether or not the firm has been approved as a small business by the SBA under the applicable NAICS code; and 3) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting or teaming is anticipated in order to be considered technically capable in the performance this effort, organizations should address the administrative and management structure of such arrangements to demonstrate that small business prime contractors can maintain full-time labor, technical, and management control of the project, meeting the ?limitation on subcontracting? imposed on small business set-asides. The Government will evaluate the capability information using the following criteria: 1) documented evidence which clearly reflects their organizational / individuals experience in providing similar services; 2) the contractor must possess a minimum of 5 years of demonstrated scientific and program officer experience in providing services of a similar magnitude; 3) Documented experience performing the duties of a Health Science Administrator; 4) Demonstrated knowledge of the National Institutes of Health programs and academic institutions; 5) Knowledge of the portfolio of COBRE, INBRE, and RCMI grant programss. Interested firms responding to this survey are encouraged to structure capability statements in the order of the areas of consideration noted above. Responding firms should provide one (1) printed copy and an electronic copy of a tailored capability statement. The capability is expected to be brief, not exceeding ten (10) pages in length, excluding resumes. However, the capability statement must be thorough providing sufficient details to determine the technical capability of the submission. The submission of the capability statements must be received on Mary 11, 2007, 5:00 p.m. 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. Comments regarding this announcement, referencing synopsis number NHLBI-RR-PB-2007-140-DE may be submitted to National Heart, Lung, and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room 6128, Bethesda, Maryland 20892-7902, Attention: Donald L. Ervin, Contracting Specialist
 
Place of Performance
Address: 6701 Democracy Blvd., room 1001, Bethesda, Maryland
Zip Code: 20892-4874
Country: UNITED STATES
 
Record
SN01289491-W 20070510/070508220316 (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.