AWARD
A -- RECOVERY - KEY MESSAGE DEVELOPMENT AND DISSEMINATION RESEARCH: A MODEL USING THE BREAST CANCER AND THE ENVIRONMENT RESEARCH PROGRAM
- Notice Date
- 9/21/2010
- Notice Type
- Award Notice
- NAICS
- 541810
— Advertising Agencies
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
- ZIP Code
- 27713
- Solicitation Number
- NIHES2010087
- Archive Date
- 10/5/2010
- Point of Contact
- Juanita A Campbell, Phone: 919-541-7893, JoAnn K Lewis, Phone: 919-541-7894
- E-Mail Address
-
campbellj@niehs.nih.gov, lewisj@niehs.nih.gov
(campbellj@niehs.nih.gov, lewisj@niehs.nih.gov)
- Small Business Set-Aside
- N/A
- Award Number
- HHSN273201000070U
- Award Date
- 9/20/2010
- Awardee
- PCI Communications, Inc., 3015 Colvin Street, Alexandria, Virginia 22314, United States
- Award Amount
- Total ARRA Funded Amount is Not To Exceed $483,912, Includes Base and Options Exercised at Award. Ultimate value should all Options be exercised is Not To Exceed $1,151,484.
- Line Number
- SIN 541-5 and SIN 541-1000
- Description
- The subject solicitation is awarded to PCI Communications, Inc Duns Number 78-376-5373 under GSA Contract Number GS-23F-0008M, Delivery Order Number HHSN273201000070U. The place of contract performance is Alexandria, Virginia 22314. The total delivery order award amount is $483,912 for the base period of performance and the optional quantities exercised at the time of award. The base period of performance (sin 541-5) is awarded at $109,872. Optional quantities exercised at the time of award include: optional task 1 (sin 541-5) - at $25,464 -1 each; other direct costs (sin 541-1000) - travel cost of contractor personnel, NTE $4,006, travel cost of expert panel members NTE $5,061, meeting facility cost NTE $7,000, expert panel cost of honoraria NTE $36,000 - 1 each; optional task 2 (sin 541-5) - at $295,359 ($98,453 each)- 3 each. The period of performance of the delivery order award is September 20, 2010 through September 19, 2012. The Optional Periods of Performance are: Optional Year 1(SIN 541-5) from September 20, 2012 through September 19, 2013, and Optional Year 2 (SIN 541-5) from September 20, 2013 through September 19, 2014. the Optional Quantities include Optional Task 1 (SIN 541-5) - Not To Exceed (NTE) 2 each; Other Direct Costs (SIN 541-1000) - travel cost of contractor personnel, travel cost of expert panel members, meeting facility cost, expert panel cost of honoraria - NTE 2 each; Optional Task 2 (SIN 541-5) - NTE 5 each; Optional Task 3 (SIN 541-5) - NTE 8 each. The objective of this requirement is to develop optimal processes for translating and disseminating breast cancer research findings to concerned citizens without inciting undue health concerns. To facilitate this effort the successful offeror shall perform the following tasks: 1) identify a panel of experts in the area of risk communication and convene a series of meetings, including, but not limited to telephonic, web-based, and/or face to face meetings, for the purpose of key message identification and messaging strategy development; 2) develop key messages to populate appropriately branded breast cancer communications toolkits with up to three different media formats per communications toolkit; 3) provide focused message support for local breast cancer organizations; 4) update dissemination plan; and 5) disseminate key message communications toolkits and focused messages to breast cancer organizations listed in the dissemination plan. Rationale for other than fixed-price contracting action is as follows: The product(s) to be delivered under this requirement are unique to the Government and based upon Government research findings. Since those findings will vary, there will be uncertainties involved in contract performance (product development) which will not permit all costs/prices to be established in advance with sufficient accuracy as the likelihood of changes make it difficult to estimate performance costs in advance. The use of a fixed price contract would be extremely difficult to predict. Therefore, after a review of the SOW, market research, and careful consideration of the various contract-types the Contracting Officer determined that a Time and Materials Contract (Delivery Order) is the most appropriate. In accordance with FAR 16.6, a time-and-materials contract may be used only when it is not possible at the time of placing the contract to estimate accurately the extent or duration of the work or to anticipate costs with any reasonable degree of confidence. Although the Government can reasonably estimate the types of services to be performed, at this time the Government cannot estimate the extent or duration of the services required (The extent of the supplies and services is dependent upon the results of the Tasks as explained above). By limiting the period of performance, the Government will have available a mechanism that affords flexibility and allows it to frequently assess its needs. Since the labor rates are loaded (include contractor profit) any price reductions may likely directly affect the contractor's profit. Performance shall also affect the contractor's profit in that poor performance will be reflected in the contractor's ability to obtain additional awards of optional periods of performance and/or optional quantities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES2010087/listing.html)
- Record
- SN02291281-W 20100923/100921235826-1ad8dd488b2d13804e1a3590e3b3d73f (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 |