Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2008 FBO #2525
SOLICITATION NOTICE

R -- National Institutes of Health Conference and Administrative Travel Services

Notice Date
10/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NIH0D2008093
 
Response Due
10/10/2008 5:00:00 PM
 
Point of Contact
Lisa E Adams,, Phone: 301-496-7792
 
E-Mail Address
adamsl@od.nih.gov
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement in support of market research is being conducted by the National Institutes of Health to seek highly qualified candidates and determine the availability and capability of small businesses interested in this opportunity as described below (including certified 8(a), Veteran and Service-Disabled Veteran-Owned Small Business, HUBZone firms, and Women-Owned Small Business concerns) that are capable of performing the task areas as identified for the services of the requirement entitled “National Institutes of Health and Administrative Services Contract”. Please provide copies of any documentation (letters, certificates or your SBA or Size Standard information). All small businesses must be registered within WWW.CCR.GOV. A Time and Materials type contract is anticipated. The anticipated performance requirements consist of a basic period of twelve months with four, one-year consecutive option periods. The successful contractor shall furnish any and all of the requested services by providing the necessary and highly qualified personnel. The National Institutes of Health has an extensive need for a comprehensive conference, administrative and travel services contract. This contract vehicle is utilized by the NIH and other Federal Government Agencies. Strong emphasis will be focused on candidates that demonstrate their ability to handle very large complex meetings averaging from one hundred to thousands of participants from the various parts of the Continental United States and abroad. Contractors should keep in mind that only focused and pertinent information for each task area is requested. Contractor must be highly skilled with the ability to exhibit their knowledge, skills and abilities in international and domestic travel. Contractors must be familiar with the various policies and procedures governing travel and conferences for the NIH and other Government Agencies. Requests for task orders involving international travel may require remote location from 1 (one) month to a year or for an extended period of time. All responses must directly demonstrate their capabilities to allow each capability statement to be reviewed adequately. Failure to do so may demonstrate that the respondent lacks the ability to perform the work described in the attached Statement of Work. This is a “Results Oriented” Performance Based Contract that will require the Contractor to provide the specified results in the specified time limits as identified in the scope of the task order and upon request from the Task Order Project Officer for full acceptance of the effort. Performance Measures will be used in this contract. (SEE ATTACHED DRAFT PERFORMANCE WORK STATEMENT) Performance Measures are identified in the DRAFT PWS. Note these measures may be increased depending on the Task Order PWS. Qualified contractor’s capability statements will be examined based on the following: 1. Knowledge, skills and ability to handle large and complex international meeting and the ability to remote locate personnel. 2.Experience and Qualifications 3.Understanding of the Requirement 4.Expertise In addition the contractor must demonstrate transferrable skills while working with Federal Government Contracts, meeting the specified deadline and the ability to handle and maintain flexibility while performing more multiple tasks. 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 541611 and the Size Standard is $6.5 million average annual receipt. If your firm has the potential capacity to perform these contract services please provide the following information: Responding contractors should provide an original and (4) four copies of their tailored capability statement. Capability statements shall not exceed 20 pages. (Please adhere to this). Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. At a minimum, each company shall provide capabilities (to include but not limited to knowledge, skills and abilities) specific to the Statement of Work (SOW). Also, a contractor must demonstrate they have the necessary personnel with demonstrated experience to support the efforts detailed in the attached Statement of Work (SOW). Responses must reference the Sources Sought NIHOD2008093 and include the following: (1) Name and Address of the Organization, (2) The socio-economic status type (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Contractors capability statement addressing the issues listed above, (6) List of organizations to whom similar types of services have been previously provided to include contract number, dollar value, name and phone number of contracting officer. Be advised that generic capability statements are not sufficient for a very well productive evaluation of the contractor’s capacity and capability to perform the work as identified. THIS SOURCES SOUGHT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. PROPOSALS AND ANY INFORMATION SUBMITTED IS PURELY VOLUNTARY. RESPONDENT WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS FRIDAY, NOVEMBER 6, 2008 @ 4:00 pm, EST. Please Note: THIS SOURCES SOUGHT NOTICE IS FOR QUALIFIED SMALL BUSINESSES ONLY. A small business set-aside should not be construed as a result from this announcement. Small Business Teaming is strongly encouraged. P.O.C for this requirement is Lisa E. Adams. Interested sources are required to send capability statements to: Lisa E. Adams Yvette Porter 6100 Executive Blvd, Room 6E01R Bethesda, Maryland 20892-7663 Emails and phone calls will not be accepted in response to this announcement. Please do not fax or email capability statements. Also, responses to this announcement will not be returned nor will there be any discussions or debriefings.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba2db9b96c764aadab831038cd4cf477&tab=core&_cview=1)
 
Place of Performance
Address: 6100 Executive Boulevard, Suite 6E01R, Rockville, Maryland 20854, Rockville, Maryland, 20854, United States
Zip Code: 20854
 
Record
SN01695323-W 20081025/081023220130-ba2db9b96c764aadab831038cd4cf477 (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.