SOURCES SOUGHT
R -- NCI Exhibit Program Support - Draft Statement of Work
- Notice Date
- 3/16/2009
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- SS-TSB-97002-64
- Point of Contact
- James D Carder,, Phone: (301) 228-4221, Robin M. Irving,, Phone: (301) 228-4220
- E-Mail Address
-
jc490y@nih.gov, irvingr@mail.nih.gov
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work General Information: This is not a Request for Proposal (RFP). This National Cancer Institute (NCI), National Institutes of Health (NIH) project is for the renewal of contract HHSN261200411001C with Vigilant Services, Inc. (VSC) that was awarded on a competitive basis for a five year period. This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice and the draft Statement of Work to familiarize yourself with the requirements of this project; failure to do so will be at your firm’s own risk. Purpose: The purpose of this Sources Sought Notice is to identify qualified small business concerns including small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, HUBZone small businesses, and Service-Disabled Veteran-owned small business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought Notice, the NCI may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this project is to provide support for the National Cancer Institute=s Exhibit Program. This program serves as one component of the public face of the NCI and is a critical resource for its vast audiences. It is designed to provide a cohesive forum for informing health professionals, professional societies, researchers, advocates and the general public about NCI's products, programs, and services as well as to receive feedback from our targeted audiences. Specifically, the exhibit program highlights NCI’s medical and research practices as well as promoting NCI’s materials written for patient education, health professionals and cancer researchers. Numerous materials are available to assist educators and health professionals develop community outreach and worksite education programs that will help individuals lower their cancer risk. The NCI Exhibit Program includes information about cancer prevention, screening, diagnosis, treatment, survivorship, clinical trials, electronic databases and resources, training and fellowship opportunities at NCI, new and continuing funding opportunities, research resources, and other NCI programs. Mandatory Criteria All parties interested in this project must meet the following mandatory criteria for eligibility: In order to meet the government’s requirement for the transfer of critical documents/materials and exhibits to the NCI, the potential offeror’s warehouse facility must be located within two (2) hours of NCI which is located in Rockville, MD. Additionally, the warehouse must be a secure, climate controlled, bar-coding distribution and storage facility, fully functional to the requirements of the statement of work. Description of Information to be included in the Capability Statement: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft Statement of Work (SOW). Tailored Capability Statements for this requirement shall address the following seven (7) areas: 1. Demonstrate the ability to meet the mandatory criteria as noted above. 2. The organization’s technical understanding/approach to meeting the objectives of the attached draft SOW. Specifically, address the following: * A demonstrated understanding of the importance, complexity, and goals of the NCI Exhibit Program and how it relates to the goals and objectives of the Institute’s programs. * A thorough understanding of the scope of work requirements and experience with program development and management. This includes creative and innovative approaches. * An in-depth understanding of the planning and operation of a high-volume exhibit program where the contractor has experience managing a program which provides exhibits at least 50 times a year and coordinates/manages at least 10 large exhibits a year. The contractor should demonstrate the ability to provide both logistical and professional support based on previous experience working in the medical/health trade show market. * The ability to design, fabricate, repair, or modify exhibit structures and/or graphics. * Methods for handling all tasks and activities must be clearly described. The methods should address the contractor’s ability to adhere to designated schedules and ensure the quality of services provided. Offeror should include examples of potential problems and obstacles that are frequently encountered in an exhibit program and the methods that will be used to prevent and/or solve them. * The ability to provide adequate staffing as well as the ability to coordinate the use of the staff to complete fast response time and high priority assignments on the magnitude outlined in the draft SOW. * The ability to increase staff and meet multiple project deadlines and the capability to respond to quick turnaround times and meet unique, unusual work load needs. * A minimum of three years of corporate experience in providing all the services outlined in the Statement of Work. 3. Demonstrate the ability to provide knowledgeable professionals to staff exhibits, to meet the objectives of the attached draft SOW. Specifically, addressing that proposed staff have the experience in the following: * Organizing, managing, and staffing comprehensive exhibit programs and working with a variety of national organizations and large trade shows. * Staffing exhibits and providing professional assistance to exhibit visitors. * Managing the design and production of custom exhibit structures and accessories. * Advanced experience with computers, databases, audiovisuals, interactive materials, and websites. 4 Document composition and qualifications of the proposed staff. Specifically, the following three positions: (a) The Project Manager must have demonstrated experience with health-related organizations and must have at least 5 years experience managing all aspects of a comprehensive exhibit program. A comprehensive exhibit program is defined as at least 10 major exhibit meetings per year with an annual budget of over $300,000. Additionally the Project Manager must have experience overseeing a program which provides exhibits at least 50 times a year. (b) The Assistant Project Manager must have at least 3 years of experience managing a similar comprehensive exhibit program and demonstrated ability to learn about health-related organizations and NCI programs. A comprehensive exhibit program is defined as at least 10 major exhibit meetings per year with an annual budget of over $300,000. The Assistant Project Manager must have the demonstrated skills and ability to assume the responsibilities of the Project Manager as needed. (c). The Warehouse Manager must have at least 3 years of professional experience in all aspects of managing inventory for projects of similar size and scope as outlined in the statement of work and managing a secure, climate controlled bar-coding distribution and storage facility, fully functional to the requirements of the statement of work. 5. Experience in logistics planning for conferences to meeting the objectives of the attached draft SOW that demonstrates the ability to perform the work as well as the ability to identify and make necessary staff adjustments in order to meet multiple-time sensitive deadlines. 6. Demonstrate corporate experience and capabilities relating to the management, coordination, cost containment, quality control and the technical proficiency of assigned staff. 7. Availability of resources, equipment, and facilities as required for performance of the tasks stated in the draft SOW. This includes demonstrating the availability of appropriate warehousing for all NCI exhibit structures and graphics as outlined in the draft SOW. The warehouse shall be a secure, climate controlled, bar-coding distribution and storage facility, fully functional on the magnitude outlined in the SOW A copy of the draft Statement of Work (SOW), which is subject to revisions, may be accessed on the NCI Office of Acquisitions Website at URL: http://rcb.nci.nih.gov/. Once there, click on Current Requests for Proposals. NAICS Code and Size Standard: In the event an RFP is issued, North American Industry Classification System (NAICS) code 541614 with a size standard of 7.0 Million dollars is being considered. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 15 single sided pages including all attachments, resumes, charts, etc... (single spaced, 12 point font minimum) that clearly details the firm’s ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Tailored capability statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. If there are any responsible contractors who have proven experience and meet the capabilities cited to perform the requirement, they may submit experience, capabilities and qualifications as outlined above which will be considered by the NIH. This notice of intent is not a request for competitive proposals. However, all information received within fourteen (14) days after date of publication of this synopsis will be considered by the Government. 2. Due Date: Tailored capability statements are due no later than 3:00PM (Eastern Prevailing Time) on March 30, 2009. 3. Number of Copies and Delivery Point: Please submit one (1) original and three (3) copies of your response as follows: If hand-delivered or delivery service James D. Carder, Contracting Officer Treatment and Support Branch Office of Acquisitions, NCI National Cancer Institute at Frederick Building 244, Room 100 Frederick, MD 21701-1201 If using U.S. Postal Service James D. Carder, Contracting Officer Treatment and Support Branch Office of Acquisitions, NCI National Cancer Institute at Frederick P.O. Box B, 244 Miller Drive Frederick, MD 21701-1201 All responses must be received at NCI by the specified due date and time in order to be considered. The original document must be readily accessible for date stamping purposes. NOTE: Ft. Detrick is a secured military base. Couriers delivering proposals must use the 7th Street (Main Entrance) to gain access to Ft. Detrick. It is recommended that you contact James Carder, Contracting Officer at 301-228-4221 in advance to schedule a specific date and time to deliver your proposal. Facsimile responses will not be accepted. Point of Contact: Inquiries concerning this Notice may be direct to: James Carder, Contracting Officer 301-228-4221 ATTACHMENTS: Draft Statement of Work (SOW)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f65d43f41c58d0505c41664d86a6161&tab=core&_cview=1)
- Place of Performance
- Address: TBD, United States
- Record
- SN01769935-W 20090318/090316215051-5f65d43f41c58d0505c41664d86a6161 (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 |