Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
MODIFICATION

R -- Administrative Support Services for the NIH Sources Sought

Notice Date
5/30/2007
 
Notice Type
Modification
 
NAICS
561110 — Office Administrative 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, UNITED STATES
 
ZIP Code
20892-7663
 
Solicitation Number
263-2007-M(GO)-0166
 
Response Due
6/11/2007
 
Point of Contact
Zedekiah Worsham, Contract Specialist, Phone 301-594-3560, Fax 301-451-5372,
 
E-Mail Address
worshamz@od.nih.gov
 
Description
The National Institutes of Health (NIH) is conducting market research to determine the capabilities of all businesses (large and small) interested in the opportunity described below. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. NO SOLICITATION PACKAGE IS AVAILABLE AT THIS TIME AND REQUESTS FOR SOLICITATION PACKAGES WILL NOT RECEIVE A RESPONSE. The applicable NAICS code is 561110 and the Size Standard is $6,500,000. Respondents should identify any information they consider to be sensitive or proprietary. Responses will assist NIH in determining whether to set-aside, restrict competition in some way, or solicit offers from all responsible sources; however, all size organizations are encouraged to respond. Should the procurement be set-aside for small business, FAR clause 52.219-14, Limitations on Subcontracting (DEC 1996) will apply. This requirement is to obtain administrative services on a long term basis across all of the NIH Institutes, Divisions, and Centers and Offices. This is a new requirement and there is no incumbent. This requirement will likely be a multiple award contract. The potential contractors for this acquisition will be required to provide up to 500 administrative support personnel gradually over a 5 year period. Since administrative support demand will vary, contractors must be able to scale accordingly. Services required will be performed in a scientific research environment; therefore, administrative personnel should have some experience or familiarity working in such a field. A copy of the DRAFT Statement of Work (SOW) pertaining to this requirement, which is subject to revisions, is included with this Sources Sought. Interested parties are expected to review this notice and the accompanying DRAFT SOW to become familiar with the requirements of this project. To make a reasonable determination of available capabilities and vendor interest in responding to this solicitation for administrative support services, NIH asks that vendors review the requirements outlined in the DRAFT SOW and respond with their intent on proposing. In general, while this Sources Sought is not a request for a technical proposal, respondents should provide enough information for NIH to make a determination that the vendor has the capability to perform the same or similar work as identified in the attached DRAFT SOW. Please limit your response to no more than 10 pages for sections one (1) through four (4) of the below. Sections five (5) and six (6) are together limited to no more than 5 pages and shall be a separate attachment from sections one (1) through four (4): 1. Business Information a. Company name b. Company address c. D&B Duns Number d. JWOD Status of the Company (JWOD Company or not) e. Socio-economic classification of company (i.e., small business, 8(a), woman owned, serviced disabled veteran owned, Hubzone, large business, etc.) as validated via the Central Contractor Registration (CCR). Note: All vendors who wish to be awarded a Government contract must register on the CCR located at http://www.ccr.gov/index.asp. f. Size (gross revenue, number of employees in company) g. Number of years in existence h. Company point of contact - name, phone and email address i. List of three references to whom similar types of services have been previously provided to include contract number, dollar value, name and phone number of customer. References must be relevant to the requirement and work must have been performed within the three years prior to May 24, 2007. j. NIH encourages teaming or subcontracting arrangements among vendors. If the vendor has any existing or prior teaming arrangements with other vendors to provide this type service, please briefly identify these arrangements and the percentage of work completed by the responding vendor and its subcontractor. Example: Vendor ABC acted as the prime and Vendor XYZ provided support as a subcontractor on a contract providing administrative support services to a large federal agency. The contract involved XX positions and the services provided were divided as follows: Vendor ABC (Prime) 51% Vendor XYZ (Subcontractor) 49% 2. Vendor's Capabilities A description of the vendor's capabilities to provide the administrative support services consistent in scope and scale with those described in this notice and the attached DRAFT SOW. As demand for administrative support may vary, please include any approaches the company may have used in other contracts (with government or commercial customers) of similar scope to satisfy the surge needs of other clients. 3. Management Approach The proposed solicitation will not be a personal services contract, which means that the government project officer will not maintain an employer-employee relationship with the administrative support personnel on-site. Therefore, vendors will be required to manage their employees who will be working at NIH facilities. Contractor supervisors will be utilized as much as possible during the administration of this contract and will be required to: conduct reviews (or other quality control procedures) with respect to the tasks and projects performed by their employees; address performance issues; gauge (or report on) any applicable performance measures; and conduct performance evaluations of the employees. In addition, contractor supervisors will be expected to engage in at least some of their supervisory tasks on site. Please provide an explanation of your firm's capability to provide the type of management infrastructure described above and comment on how communication may be delivered among the government, the contractor supervisors, and the administrative personnel. If your firm is not located near NIH facilities (see DRAFT SOW Section VII), please describe how your firm has managed geographically dispersed employees in previous contracts for similar services. In addition, provide comments on your firm's capability to implement other elements of a successful management approach that include cost effectiveness, meeting and tracking performance, hiring and retention of long term administrative support, and customer satisfaction. Finally, please describe how your firm has addressed any issues regarding personnel performance in the past. 4. Past Experience Vendors should state and describe their past experience with a project of the size, magnitude, and complexity in a scientific research or other technical environment as outlined in the DRAFT SOW. Please include the company's past (or current) experience description and its ability to acquire, maintain, and train qualified administrative support staff. 5. Contract Type/Performance Based Considerations NIH has not determined a contract type for this proposed procurement and is soliciting recommendations on the contract type(s) for the services in the DRAFT SOW based on past experience with similar requirements. NIH is considering incorporating performance-based measures for these services. Please review the proposed performance measures in the DRAFT SOW and provide any comments/recommendations for the performance measures, standards, and acceptable quality levels (AQL). 6. DRAFT SOW Comments/Questions The attached DRAFT SOW is a draft document and will be finalized with issuance of a solicitation. NIH is interested in your feedback on the attached DRAFT SOW. In addition to providing responses to the questions above, you are encouraged to also submit DRAFT SOW questions and comments. Unfortunately, due to time constraints, NIH will not be able to respond to questions and comments submitted. However, the questions and comments will be used to revise the DRAFT SOW in an effort to provide a value added final product. Additionally, a pre-solicitation conference may be held at a future, to be determined date. For each DRAFT SOW question/comment submitted, the respondent should provide: o DRAFT Statement of Work (SOW) section number; o Title of the DRAFT SOW section; and o Complete description of the question. Example: DRAFT SOW Section II, entitled Scope of Contract Comment: State comment, question, clarification. Responses to this sources sought are due at 3:00 p.m. EST on Monday, June 11, 2007, to the contract specialist, Mr. Zedekiah J. Worsham. Responses MUST be sent electronically to Mr. Worsham at Admin.Response@mail.nih.gov. Mailed, faxed, or hand-delivered responses will not be accepted. Emailed responses shall not be more than 50MB in size and will either be in Microsoft Word, PDF, PowerPoint, or Excel format. DO NOT EMAIL YOUR RESPONSE TO WORSHAMZ@OD.NIH.GOV. Responses shall also include the Sources Sought Number in the Subject Line of the email. It is the responsibility of the vendor to contact the contract specialist to verify that its response was received. He can be reached at 301-594-3560. Information concerning this solicitation can also be located on the NIH Office of Logistics and Acquisition Operations website, http://olao.od.nih.gov/VendorResources/AdminSupport/. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/OoA/263-2007-M(GO)-0166/listing.html)
 
Record
SN01401835-F 20070912/070910223209 (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.