Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

R -- Process Payments

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
522320 — Financial Transactions Processing, Reserve, and Clearinghouse Activities
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NIH-NIDDK-07-301
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
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 included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-07-301 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-19. The North American Industry Classification (NAICS) Code is 522320 with a size standard of $6.5M. This is not set-aside for Small Businesses. The National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) has a requirement for services to provide ??Process payments for American Indian Volunteers In Approved Medical Research, at two sites in Arizona, USA. The Phoenix Epidemiology & Clinical Research Branch (PECRB) conducts research related to Type 2 diabetes and its complications. NIDDK supports and conducts research to increase our understanding of these diseases and to develop improved means of prevention, diagnosis, and treatment. The services of a contractor are required to facilitate the participation of the volunteers. Experience has shown that prompt payment is essential for both the recruitment and retention of volunteers as study participants. Consequently, on-site payment to volunteers on the day of hospital discharge or at the completion of outpatient studies is a requirement of the contract. It is also essential that the contractor maintain a bank account with a financial institution represented in the greater Phoenix metropolitan area for the purpose of issuing payment checks. It is the intent of the Institute to award a contract for (1) twelve (12) months period of performance with four (4) successive twelve (12) month option periods. STATEMENT OF WORK 1) Independently, and not as an agent of the Government, the Contractor shall furnish the services, qualified and experienced personnel, materials, supplies, equipment, and facilities, not otherwise provided by the Government under the terms of this contract, as needed to perform the work set forth below. a) Specific Scope of Work: Specifically, the Contractor shall have knowledge of preparing and administering payments to research volunteers and be knowledgeable about the issues associated with payment of said volunteers. The Contractor shall support the participation of American Indians and non-Indians who volunteer for approved medical research projects conducted by the NIDDK. The Contractor shall be responsible for paying these individuals, including writing and issuing checks, maintaining payment files, and satisfying the requirements of the Internal Revenue Service with respect to reporting earned income. b) Detailed Technical Requirements: The Contractor shall prepare checks for the research volunteers in the amounts specified in a written document by the Project Officer or his designee. For purposes of preparing and delivering of the written document the Project Officer designee(s) for this contract is the 1) Head nurse of the Clinical Research Units, PIMC, and 2) Patient Care Coordinator of the NIH Clinic in Sacaton. This document shall be delivered to the Contractor approximately twenty-four (24) hours prior to the preparation of the checks. At the Phoenix Indian Medical Center, the payment checks will be delivered to the Fifth Floor nurses station fro 11:00 A.M. to 12:00 Noon daily (Monday ?C Friday). The number of requested checks is expected to average two to three per day, or 670 annually. The amount of each check will range from $15.00 to $1275.00, and average $275.00 each. At the NIH Clinic in Sacaton, the payment checks will be delivered by 10:00 A.M. daily (Monday ?C Friday). The number of checks can range from one to thirty checks per day, or 1800 annually. The amount of each check will range from $10.00 to $110.00, and average $40.00 each. 2) Specifically, the Contractor shall: a) The Contractor shall be expected to have the check(s) available at the correct location at the time specified to give to the Project Officer??s designee. The Contractor shall also give a copy of the Government??s report to the Project Officer??s designee for payment information for each volunteer. b) On the Government??s report the volunteer??s name will be checked-off (??) Project Officer??s designee and the volunteer will initial by their name to insure proper receipt of payment. c) The Contractor shall maintain, for the period provided by law, financial records on checks written and individuals paid. d) At the end of each year, the Contractor shall report as necessary to the Internal Revenue Service payments made to volunteers. e) Upon payment of all volunteers identified on the Government??s report, the Contractor shall certify payment and request reimbursement from the Government. The Government??s report to the Contractor for payment information will include the following information for each volunteer: 1) Name of volunteer; 2) Date of outpatient visit or dates of hospital admission; 3) Amount of payment for each volunteer; 4) Social security number of each volunteer (for purposes of reporting income to the Internal Revenue Service) Reporting Requirement A copy of the report shall be delivered to the Project Officer, with a copy to the Contracting Officer. 1) Monthly Progress Report A formal monthly progress report, suitable for external distribution, shall be submitted on the last business day of each month to the Project Officer. The report shall provide a detailed description of the activities during the reporting period, and the activities planned for the ensuing reporting period. The reporting period shall consist of the first four (4) full weeks of a full month of performance. At a minimum, this monthly report shall include: a) Detailed account of the volunteer(s), this includes: 1) Names of each volunteer(s); 2) The total number of volunteer(s); 3) The sex; 4) The date of birth; 5) Date of Outpatient Visit or date of Hospital Admission; 6) Number of visit??s; 7) Amount of the payment for each volunteer; 8) All necessary tables, charts, drawing & data sheets. Copies of Report Copies of the report shall be sent to the following individuals in the quantities specified. Addressee No. of Copies Mike Bryan 3 Project Officer Division of Intramural Research, NIDDK National Institutes of Health 1550 East Indian School Road, Building 1 Phoenix, Arizona 85014 Patricia Haun 1 Contracting Officer Station Support Branch, NIDDK National Institutes of Health 6707 Democracy Blvd., Room 775 Bethesda, Maryland 20817 TECHNICAL EVALUATION CRITERIA AND PAST PERFORMANCE 1. The technical portion of the quote will be the most important single consideration in the award of this contract, and should be as complete and specific as possible. The evaluation of the quote will be based on the response of the offeror to this request for quote and to the ability demonstrated by the offeror to meet the needs of the project. 2. The Government will evaluate the quality of the Offeror??s past performance based on information obtained from references provided by the Offeror, as well as other relevant past performance information obtained from other sources known to the Government. Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the Offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services at fair and reasonable prices. The assessment of the Offeror??s past performance will be used as a means of evaluating the capability of the Offeror. Thus, an Offeror with an exceptional record of past performance may receive a more favorable evaluation than if its record is only acceptable. Past performance will not be scored, but the Government??s conclusions about overall quality of the Offeror??s past performance will be highly influential in determining the merits of the Offeror??s quote. By past performance, the Government means the Offeror??s record of conforming to specifications and to standards of good workmanship; the Offeror??s record of forecasting and controlling costs; the Offeror??s adherence to contract schedules, including the administrative aspects of performance; the Offeror??s reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror??s business-like concern for the interest of the customer. Past Performance Information: Vendors must submit a listing of the most recent contract/awards (minimum of 3) which demonstrate similar work in nature to this Statement of Work. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number), 3. Contract Type 4. Total Contract Value, 5. Description of Requirement and objectives, 6. Contracting Officer??s Name and Telephone Number, and 7. Program Manager??s Name and Telephone Number Technical Evaluation Criteria 1. Plan of Accomplishment Weight Offerors should demonstrate an understanding of the technical 40 specifications while providing an organized approach for performing the Statement of Work. Indicate the necessary scheduling to be done to ensure the service is completed on schedule. 2. Organizational Experience Demonstrate experience in conducting on-site reimbursement 40 of volunteers or comparable work. The technical quote must provide the general background, experience and qualifications of the organization. Identification of similar or related contracts should be included and should contain the name of the customer, contract number, time of performance, and names and telephone numbers of references. The Offerors must have adequate financial resources to perform the contract, and the necessary organization, experience, accounting and operational controls, and technical skills, etc. 3. Personnel Qualifications Offerors should describe the qualification of the personnel 20 proposed for the contract as related to the type of work that is called for by the contract. Total 100 The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors ?C Commercial items; 2) FAR Clause 52.212-2, Evaluation ?C Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. 3) FAR Clause 52.212-3, Offeror Representations and Certifications ?C Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions ?C Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?C Commercial Items ?C Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov Interested vendors capable of providing the Government with the service specified in this synopsis should submit their quotation to the below address. Quotations will be due fourteen (14) calendar days from the publication date of this synopsis September 18, 2007 at 3:00 p.m. EST. The quotation must reference Solicitation number NIH-NIDDK-07-301. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Institute of Diabetes and Digestive and Kidney Diseases, 6707 Democracy Blvd., Room 775, Bethesda, Maryland 20892, Attention: Patricia Haun. Faxed copies will not be accepted.
 
Record
SN01393789-W 20070906/070904220250 (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.