Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
MODIFICATION

R -- Professional, Administrative, and Management Support Services

Notice Date
12/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIAID15-JDB1708949
 
Archive Date
1/24/2015
 
Point of Contact
Jennifer D. Burke, Phone: 240-669-5115, Pamela E. Nevels, Phone: 240.669.5089
 
E-Mail Address
jennifer.burke2@nih.gov, pamela.nevels@nih.gov
(jennifer.burke2@nih.gov, pamela.nevels@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modification is to extend the existing solicitation deadline from 2 January 2015 to 9 January 2015. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. This is a 100% small business set-aside. Solicitation number NIAIDRFQ14C-JDB1708949 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77 dated December 2014. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR). This acquisition will be processed under Simplified Acquisition Procedures (SAP). All responsible sources may submit an offer that will be considered by this agency. The North American Industrial Classification System Code is 541611 and the small business size standard is $15,000,000. The National Institutes of Health, National Institute of Allergy and Infectious Diseases (NIH/NIAID), has a requirement for travel support services in support of the Laboratory of Malaria Immunology and Vaccinology. Please see attached the Performance Work Statement. In accordance with FAR 12.301 the following commercial solicitation provisions and contract clauses are applicable to this requirement: 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014), 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 2014). By submission of an Offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representative and Certifications Commercial items and services in the SAM database. 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2014). The following FAR clauses are provided in full text: 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (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: (i) Corporate Experience: The extent and nature of experience of the offeror in providing (2) Professional, Administrative, and Management Support or performing the same or similar requirements, (3) Personnel: The offeror shall provide a draft proposal for travel support demonstrating their ability to coordinate Professional, Administrative, and Management Support for Foreign Scientific Collaborators and visitors, hotel site selection & accommodations, meeting room selection & logistics, transfers to and from airport to Bethesda, all meals, onsite management support, (ii) price; The offeror shall provide their loaded labor rates for the proposed labor categories proposed and any applicable handling fees that will be assessed against the Other Direct Cost line. The contractor can provide their commercial price lists as backup for their pricing. An itemized cost proposal is not requested. However, the Government may request other than cost and pricing data if necessary to determine the reasonableness of proposed prices. (iii) Past Performance/Performance Risk: Degree of confidence the Government has in the Offeror's ability to provide the requirements of the solicitation based on the offeror's demonstrated record of performance on recent relevant efforts. NIAID will assess the relevancy of the experience and if relevant evaluate the Offeror's past performance (how well the offeror performed on the referenced projects). If the offeror has no relevant past performance references, it will be evaluated as Neutral. The contractor shall provide at least three past performance references within the past 5 years performing the same or similar services. Technical and past performance are considered equal and combined are significantly more important than price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) The technical proposals will be rated as follows: Outstanding, Good, Acceptable, and Unacceptable. The past performance will be rated as follows: Very Relevant, Relevant, Somewhat Relevant, Not Relevant, Substantial Confidence, Satisfactory Confidence, and Limited Confidence. The Government will issue a Time and Materials Purchase order to the responsible contractor. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). Any questions concerning this solicitation shall be submitted to the contracting office via email to Jennifer Burke, no later than 12:00 PM eastern standard time Monday December 29, 2014. The following contract terms and conditions apply this acquisition: FAR 52. 202-1, Definitions, 52.203-3 - Gratuities, 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions, 52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (Apr 2014)52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-7, System for Award Management, 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014)52.242-13 - Bankruptcy 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive (Dec 2014),(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014), 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)), 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d) (2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999).52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).(See reference to applicable wage determination in PWS) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658). 52.216-18 - Ordering. (Oct 1995)(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from time of award through three years, 52.216-19 -- Order Limitations (Oct 1995), (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _$1,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor --(1) Any order for a single item in excess of $5,000.000,(2) Any order for a combination of items in excess of $10,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section.(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.,52.216-22 -- Indefinite Quantity (Oct 1995)(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after three years. HHSAR Clauses. 352.202-1 Definitions, 352.203-70 Anti-lobbying, 352.222-70 Contractor cooperation in equal employment opportunity investigations. In order to be considered for an award, an offeror must have completed the electronic Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov in accordance with FAR 4.1201(a). The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. An offer for this request shall be submitted via regular mail, email or hand carried to NIH/NIAID/AMOB Attn: Jennifer Burke, 5601 Fishers Lane 3A49, Rockville, MD 20852, emailed to Jennifer.burke2@nih.gov. Written or emailed information must be received at this office on or before 2 January 2014, at 4:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID15-JDB1708949/listing.html)
 
Record
SN03607070-W 20150102/141231233901-0fde1ddc4bb1c82ac37bb01128b9530f (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.