Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOLICITATION NOTICE

R -- Consulting Services

Notice Date
10/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HG)-2010-007-TMB
 
Archive Date
11/14/2009
 
Point of Contact
Tracy Brooks, Phone: (301) 435-0369
 
E-Mail Address
brookstr@nhlbi.nih.gov
(brookstr@nhlbi.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 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NHLBI-PB-(HG)-2010-007-TMB and is issued as a Request for Quotation (RFQ). The acquisition is being conducted as a full and open competition as a small business set a side requirement. The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-36. The North American Industry Classification (NAICS) Code is 541990 and the business size standard is $7.0 Million. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is set aside for small business. The National Institutes of Health (NIH), National Heart, Lung and Blood Institute (NHLBI), Office of Acquisition (OA), intends to award a single, fixed priced purchase order for the National Human Genome Research Institute (NHGRI), Division of Intramural Research (DIR) for the purchase of Lab Management Support Staff or Lab Assistants, as outlined in the statement of work. Background: NHGRI is located at the National Institutes of Health (NIH) in Bethesda, Maryland. The scientific research includes programs T cell signaling, Limb development, Polyploidy human genetic disorders, and genetic components of coat color. In order to continue supporting this vital ongoing research, the branch requires the service of a Lab Management Support Staff or Lab Assistant. The National Human Genome Research Institute (NHGRI) needs to manage their laboratories, including administrative, regulatory, equipment maintenance and repair, and waste recycling and disposal. Due to the reduced availability of full time employee (FTE) slots, the NHGRI must contract out these lab management tasks. The Contractor must have experience in government, and specifically, NIH procurement process. The contractor shall have an understanding of the scientific process, as well as communicating skills with the scientists concerning the scientist=s needs for supplies and services. They shall also understand and have experience with the policies and regulations concerning NIH procurement, including the NIH Business System (NBS) and working with NIH Contracting staff to implement large procurement requirements. The contractor is required to design and maintain a product database that includes all items needed by the laboratory, with the quantities that the laboratory requires, as well as ordering information for the lab=s procurement. Weekly physical inventory of standard items, engage in discussions with the scientific staff to determine the special needs, and order preparation in accordance with all NIH regulations is required. The contractor shall have experience in the execution of equipment purchases, assisting in obtaining competitive quotes, assisting in editing justification of needs, sole sources justification and statements of work. The contractor is required to perform regulatory tasks such as radioactive monitoring of the laboratories, Geiger counter scanning, and wipe tests both making the swipes and processing samples. The contractor shall understand and perform the implementation of NIH safety policies and programs, such as the allergy awareness program, assist in the management of evacuation procedures and monitoring personnel and must serve as safety officer, as required. The contractor is responsible for maintaining all equipment in the laboratory and must ensure all service contracts are kept up to date. The contractor shall comply with waste management procedures, and assist the lab staff for compliance with all recycling and waste/recycling regulations, including separation of lab waste and recyclables with implementation aids identified for the scientific staff and monitoring tissue culture rooms and other common lab areas to encourage participation. Quality Assurance: The supervision of this project and the contractor (including the determination of specific goals, evaluation of quality and timeliness of work) shall be performed by the NHGRI Lab Management Staff. Government Responsibilities: Contractor shall have use of lab and office facilities located at the NIH, Building 49, Room 4C24. Other NHGRI facilities will also be available to the contractor as determined necessary by the NHGRI Staff. Reporting Requirement and Deliverables: The contractor shall work closely with the NHGRI Staff and Lab Management members of the NHGRI. The contractor is required to provide oral communication and written updates. The contractor shall work independently with no direct supervision but with guidance of the NHGRI Staff. The NHGRI Staff will review, inspect, and approve all documentation to guarantee that the work performed by the contractor is within the scope of the work that has been approved for the contractor. The proposed period of performance for this service will consist of one (12) month base period (November 21, 2009 through November 20, 2010) and will include four (4) options to renew for a twelve month period per fiscal year. The evaluation will consist of the following criteria: 1) The Offeror=s record of conforming to specifications and to standards of gook workmanship, past performance and quality of work. (2) The Offeror=s adherence to schedules, including the administrative lab management of performance. 3) The Offeror=s history of reasonable and cooperative behavior and commitment to customer satisfaction. 4) The Offeror=s business-like concern for the interest of the customer. 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 unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Offers are due October 30, 2009, 7:30am, Eastern Standard Time at the National Heart, Lung and Blood Institute 6701 Rockledge Blvd., Room Suite 6149, Bethesda, Maryland 20892, Attention: Tracy Brooks. Responses may be submitted electronically to brookstr@nhlbi.nih.gov. All responses must reference the solicitation number: NHLBI-PB-(HG)-2010-007-TMB. Responses will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2010-007-TMB/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01986370-W 20091017/091015235535-94e92e2c6143e2e17fee0d84e6eec2da (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.