SOLICITATION NOTICE
R -- Program Officer
- Notice Date
- 6/6/2007
- Notice Type
- Solicitation Notice
- 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
- 6/12/2007
- Archive Date
- 6/27/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Description Document Type: Combined Synopsis/Solicitation Solicitation Number: NHLBI-RR-PP-2007-140-DE Posted Date: June 6,2007 Response Date: June 12, 2007 Document Type: R?Professional,Administrative NAICS Code: 541618?Other Management Consulting Small Business STD: $6.5 This notice is a combined synopsis/solicitation to acquire commercial items, supplies, or services to be procured in accordance with Subpart 13 of the FAR. The National Heart, Lung and Blood Institute (NHLBI) Office of Acquisitions (OA) on behalf of The National Center for Research Resources (NCRR) has prepared a combined synopsis/solicitation for consulting services, which is prepared in accordance with format in subpart 12.6, as supplemented with additional information included in this notice. Please be advised that this announcement constitutes the only solicitation, wherein quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on NHLBI-RR-PP-2007-140-DE. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 541618 and the size standard is $6.5 The delivery point is the national Institutes of Health (NIH), National Center for Research Resources (NCRR), Bethesda, Maryland. Market Research conducted by the Government has determined that health sciences administrator services can be provided by at least three (3) vendors in the commercial market. The National Center for Research (NCRR) is seeking a professional services contract to procure the services of a well-trained health scientist 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 fro NCRR?s ?Certificates of Confidentiality?. 1. The Contractor will monitor and review the scientific progress and financial status of 24 COBRE centers and an INBRE statewide network. 2. The Contractor will draft appropriate correspondence to grantee inquires. 3. The Contractor will assist the evaluation of the IDEA annual progress reports, and provide recommendations 4. The Contractor will assist with management oversight of the RCMI Translational Research Network cooperative agreement. 5. The Contractor will advise on RCMI clinical and translational activities. 6. The Contractor will 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. The Contractor will provide assistance to DRI staff in monitoring both RCMI and IDEA grantees. 8. The Contractor will provide oversight of the ?Certificates of Confidentiality?. 9. The Contractor will be authorized to travel and attend program specific meetings, programmatic site visits, and national and regional meetings. 10. The Contractor shall not exceed the cost of travel authorized by NCRR. 11. The period of performance is June 1, 2007 through December 31, 2007. Quotations will be evaluated based upon the following criteria: 1) Ability to meet above-mentioned requirements. 2) Demonstrated years of scientific and program officer experience. 3) Demonstrated knowledge of National Institutes of Health programs and academic institutions 4) Knowledge of the portfolio of COBRE, INBRE, and RCMI grants. In order to be considered for this award, the offeror must have completed the on-line electronic Representations and Certifications located at http://orca.bpn.gov in accordance with FAR 4.1 9 (a) by submission of an offer, the offeror acknowledges the requirement that prospective awardees shall register with the CCR at www.ccr.gov prior to award, final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing order resulting from this solicitation. The Government intends to make a best Value buy to the responsible offeror whose offer is most advantageous to the government. The quotations will be evaluated by the following criteria: (1). Ability to meet above-mentioned requirements: (35 points) . (2). Past experience: (35 points) (3). Demonstrated Knowledge of NIH health programs and academic institutions: (15 points) (4). Knowledge of COBRE, INBRE, AND RCMI grants: (15 points) FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation- Commercial, Evaulation-Commerical Items, FAR 52.212.3, Offer Representations and Certifications- Commercial Items; FAR 52-212-4 Contract Terms and Conditions-Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items. The purchase order award will be made to the Offeror whose proposal meets the Government?s minimum performance specifications, functional specifications, and delivery date. Specifically, Offerors should submit a technical proposals that does not exceed ten (10) pages, a cost proposal, and three (3) performance references from contracts with similar requirements. In addition, the Government intends to evaluate quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms from both a technical and cost prospective. Moreover, in accordance with subpart 19.5 of the FAR, this acquisition will be a small business set-aside. Quotations in response to this notice must be received by June 12, 2007, 5:00pm Eastern Standard Time. One original and two copies must be addressed to Donald L. Ervin, Contract Specialist, NHLBI, 6701 Rockledge Drive, RM6128, and Bethesda, Maryland 20892-7902, E-mail ervindl@mail.nih.gov.
- Place of Performance
- Address: NCRR, 6701 Democracy Blvd., Room 1001, Bethesda, Maryland,
- Zip Code: 20892-4874
- Country: UNITED STATES
- Zip Code: 20892-4874
- Record
- SN01311329-W 20070608/070606220531 (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 |