Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2009 FBO #2621
SPECIAL NOTICE

R -- Professional Services

Notice Date
1/27/2009
 
Notice Type
Special Notice
 
NAICS
541618 — Other 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
263-2009-(KH)-00033
 
Archive Date
2/25/2009
 
Point of Contact
Kirtner D Hobson, Phone: 301-443-7979
 
E-Mail Address
hobsonkd@od.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SPECIAL NOTICE IS NOT A REQUEST FOR A PROPOSAL. A COMPETITIVE SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The Office of Logistics and Acquisitions (OLAO), National Institute of Health, intends to negotiate on a sole source basis with Antoinette Holland, to continue to provide ongoing professional, administrative, management support, and consulting services to National Institute of General Medical Sciences (NIGMS). Ms Holland has familiarity with NIGMS's research mission and its relationship to extramural stakeholders. She has extensive hours and broad experience with NIH programs and policies. She has developed close collaborations with program directors and with counterparts in other ICs at NIH. The consultant will continue to: Develop and revise guidelines, instructions and policy or procedural documents for use by CBCB/MORE or other GAB staff. Review complex grant application budgets and make recommendations on costs in accord with staff priorities, Institute funding strategies and applicable cost principles. Review grant applications for administrative or compliance concerns and work with relevant parties to resolve issues in a timely manner, including appropriate file documentation as record of review. Serve as a resource to program and other Institute staff and respond to inquiries from grantees regarding grants issues and, in particular, matters specific to CBCB and/or MORE initiatives. The Base contract period of performance will be through September 15, 2009. Option Year One will be September 16, 2009 to September 15, 2010. Option Year Two will begin September 16, 2010 to September 15, 2011. Place of performance will be at contractors place of residence and NIH Campus, Bethesda, MD. Government will provide supplies and equipment. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation 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 most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The offeror must include in their quotation, the hourly rate, the total number of hours per week, and total cost to the government. The sole source determination is based on the fact that the consultant has the experience, knowledge and is familiar with the NIGMS ongoing projects. An award to any other source for the continuation of this service would result in a substantial duplication of cost to the Government that is not expected to be recovered through competition. This acquisition is being conducted under simplified acquisition procedures, in accordance with Federal Acquisition Regulations, Part 13-Simplified Acquisition Procedures. This requirement is classified under the North American Industry Classification System (NAICS) code 541618 size standard $6.5 Million. Interested parties shall review the above requirements, and submit a statement of interest which shall include: (1) documentation of the capabilities of meeting the government’s requirements; 2) at least three (3) references documenting successful past performance in meeting the Government’s specifications. The response must also include the prompt payment discount terms; the Dun & Bradstreet number (DUNs), the Taxpayer Identification Number (TIN) and the Offerors Business size. The offeror must be registered in the Government’s Contractor Registry System. Note: www.ccr.gov. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Responses to this announcement, referencing synopsis number 263-2009-(KH)-00033, may be submitted to the Office of Logistics and Acquisitions, 6011 Executive Blvd., Suite 545C, Bethesda, Maryland 20892, Attention Mr. Kirtner Hobson, Contract Specialist. All responsible sources may submit a response, which if timely received, shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=075f78ae65b4a667189883551c4dbc27&tab=core&_cview=1)
 
Place of Performance
Address: Various Locations. See Description., United States
 
Record
SN01738853-W 20090129/090127215945-075f78ae65b4a667189883551c4dbc27 (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.