SOLICITATION NOTICE
R -- Technical Consultation Support
- Notice Date
- 6/19/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 537C, MSC-7663, Bethesda, Maryland, 20892-7663
- ZIP Code
- 20892-7663
- Solicitation Number
- 263-2007-FX-249
- Archive Date
- 7/15/2008
- Point of Contact
- Wendy D Rivera,, Phone: 301-435-3919
- E-Mail Address
-
riveraw@od.nih.gov
- 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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This is a Small Business set aside procurement. The NAICS code for this action is 541690. The solicitacion number for this acquisition is 263-2007-FX-249. This solicitation includes all applicable provisions and clauses in effect through FAC 05-15. This acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial requirements. The National Institutes of Health has a requirement of technical consultation to organizations under the Office of the Director (OD). The contractor will provide technical consultation to managers and employees within the OD. The contractor will work closely with the Office of Quality Management in the Office of Research Services (ORS) to deliver a consistent message regarding the approach and deliverable for all projects. The following goals are what the Office of the Director strive to achieve. 1. Improving customer service to NIH customers 2. Modify its service options and the service portfolio to keep pace with changing customer needs 3. Study and improve processes to increase operational efficiency. 4. Reduce costs of services to customers, where possible, while maintaining quality. 5. Invest in the Quality of Work Life for all employees 6. Analyze changes in the cost of products/services to understand why changes occur. In addition the contractor will be providing the following technical consulting services: Scheduling meetings, Performing Facilitations, Strategy Development, Design Data Collection Plans, Perform Data Analysis, Conduct Benchmarking Studies, Construct Process Maps, Develop & Training, Lead Meetings. The period of performance is 10 days after award date with two (2) one (1) year options. thru July 20, 2007. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. Provisions: 52.212-1 Instructions to Offeror. Commercial Items; 52.212-1Representation and Certification. Commercial Items; 52.212-2 Evaluation. Commercial Items; 52.212-3 Offeror Representation and Certification. Commercial Items; 52-222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 USC4212); 52.223-6 Drug Free Workplace; 52.232-33 Payment by Electronic Funds Transfer. Central Contractor Registration (31 USC3332). The full text of the Federal Acquisition Regulations (FAR) can be assessed on the internet at www.artnet.gov/FAR. Offerors shall include a complete copy of the provision at 52.212-3 Offeror Representations and Certifications. Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government. Award may be based on the basis of initial proposal submitted without conduction any discussion, therefore initial proposal should be submitted on the most favorable terms possible to the Government. The evaluation will be based on the demonstrated capabilities of the prospective contractors in relation to the needs of the project as set forth in this RFQ. The merits of each proposal will be evaluated carefully. The Evaluation Criteria is as Follows: 1. Experience in providing services listed under the scope of task 2. Knowledge of services provided by the NIH OD or equivalent services in a Federal Government setting 3. Experience in process improvement at the federal government level The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. All quotations must be received no later than 2:00 p.m. on June 30th, 2008. Capabilities shall be sent to: (a) if mailing your capabilities through the U.S. Postal Service use the following address: National Institutes of Health, Office of Logistics and Acquisition Operations, OA, 6011 Executive Blvd., Rm# 529I, Attn: Wendy Rivera, Bethesda, MD 20892. Telephone: 301-435-3919; fax: 301-480-1137 (b) if hand delivering, or using a courier services such as: UPS, Federal Express, use the following City, state and Zip Code: Rockville, MD 20852 Point of Contact: Wendy Rivera 301-435-3919 Place of Performance: Address: Bethesda, MD Postal Code: 20892 Country: UNITED STATES
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fffe87125d9a278d68ffed6029255c6e&tab=core&_cview=1)
- Place of Performance
- Address: Bethesda, MD, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01596608-W 20080621/080619215416-fffe87125d9a278d68ffed6029255c6e (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 |