MODIFICATION
D -- Investigational Drug Management System (IDMS) - Amendment 2
- Notice Date
- 4/10/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- NIH-CC-P14-001910
- Archive Date
- 5/10/2014
- Point of Contact
- Brian J. Lind, Phone: 301-402-0735
- E-Mail Address
-
LindBJ@cc.nih.gov
(LindBJ@cc.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment Number Three Proposal Prep Instructions The Contractor must submit with their quote the following: • Dun and Bradstreet Number (DUNS); • Verification of Contractor Registry System (CCR) Registration www.ccr.gov; • technical approach; and • price quote. Technical Plan Instructions The Contractor must submit a technical plan and price quote for this requirement to the Contract Specialist / Contracting Officer cited herein. The total number of pages, (combination of technical plan and price quote) is not expected to exceed 30 pages in length, excluding resumes. The Contractor shall submit its quote electronically in a "read only" format. A detailed work plan must be submitted indicating how each aspect of the statement of work is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical plan should reflect a clear understanding of the nature of the work being undertaken. The technical plan must include information on how the project is to be organized, staffed, and managed. Information should be provided which will demonstrate your understanding and management of important events or tasks. Plans which merely state that the tasks will be conducted in accordance with the requirements of the Government's scope of work will not be eligible for further consideration. The schedule contractor must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives. The technical plan shall include: • An overview of the company (if applicable) • Resumes of all professional individuals proposed for the contract. Resumes should be no longer than 2 pages in length • Project Management Summary. • An outline of quality control procedures Technical Plan Format The suggested outline for the technical plan is as follows: The technical proposal should clearly demonstrate the Offerors capabilities, knowledge, and corporate capability and experience related to furnish a consultant as described in the Statement of Work. The technical proposal should be in as much detail as is considered necessary to provide straightforward, concise delineation of the approach the Offeror will use for accomplishing the work and how the project is to be managed and staffed. Stating that the Offeror understands and will comply with the technical specifications is not adequate. Similarly, phrases such as standard procedures will be employed or a well-known technique will be used are also inadequate. Personnel Describe the experience and qualifications of personnel who will be assigned for direct work on this project. Information is required which will show the composition of the task or work group, its general qualifications, and recent experience with similar equipment or programs. ARTICLE 14 - Past Performance An evaluation of schedule contractors' past performance information will be documented prior to any communications with the schedule contractor. However, a past performance evaluation will not be conducted on any schedule contractor whose quote is not eligible for further consideration. The evaluation will be based on information obtained from references provided by the schedule contractor, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the schedule contractor concerning problems encountered on the identified contracts and corrective action taken. The government will assess the relative risks associated with each schedule contractor. Performance risks are those associated with a schedule contractor's likelihood of success in performing the acquisition requirements as indicated by that schedule contractor's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of a schedule contractor's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the schedule contractor as it relates to all acquisition requirements, such as the schedule contractor's record of performing according to specifications, including standards of good workmanship; the schedule contractor's record of controlling and forecasting costs; the schedule contractor's adherence to contract schedules, including the administrative aspects of performance; the schedule contractor's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the schedule contractor's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, sources of the information, context of the data, and general trends in the schedule contractor's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the schedule contractor. The schedule contractors shall submit the following information as part of their technical plan. A list of the last three (3) task orders and / or contracts completed during the past three (3), years and the last three (3) delivery or task orders and / or contracts awarded currently in process that are similar in nature to the RFP's work scope. Delivery or task orders and / or contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Schedule contractors that are newly formed entities without prior delivery or task orders and / or contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each delivery or task orders and / or contracts or subcontracts: 1. Name of Contracting Organization; 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number); 3. Contract Type; 4. Total Contract Value; 5. Description of Requirement; 6. Contracting Officer's Name and Telephone Number; 7. Program Manager's Name and Telephone Number; and 8. North American Industry Classification System(NAICS) Code The schedule contractor may provide information on problems encountered on the identified contracts and the schedule contractor's corrective actions. Each schedule contractor will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the schedule contractor. Also, references other than those identified by the schedule contractor may be contacted by the Government to obtain additional information that will be used in the evaluation of the schedule contractor's past performance. Price Quote Instructions The Contractor shall submit a price quote for each task(s) or subtask(s) as specified in the Statement of Work and for each year of the requirement, including a summary of the costs for the entire period of performance. The price quote shall indicate the applicable direct labor categories with the negotiated fixed hourly rates (time).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-P14-001910/listing.html)
- Place of Performance
- Address: National Institutes of Health, Clinical Center, Building 10, Room 1C-266, bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03335952-W 20140412/140410235450-f419694ecad81a19d13afd3c030ad688 (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 |