Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2015 FBO #4824
SOLICITATION NOTICE

R -- Radio & Media Advertising for the GENE-FORECAST® Study - ATT 1: SOW

Notice Date
2/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515112 — Radio Stations
 
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
HHS-NIH-NHLBI-CSB-DE-2015-070-KEW
 
Archive Date
3/13/2015
 
Point of Contact
Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
 
E-Mail Address
Kyle.Wisor@nih.gov,
(Kyle.Wisor@nih.gov, ontract)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work refrenced in 16(vi)(2) (1) Action Code: Combined Synopsis/Solicitation (2) Date: February 6th (3) Year: 2015 (4) Contracting Office Zip Code: 20892 (5) Classification Code: R499 (6) Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7) Subject/Title: Radio & Media Advertising for the GENE-FORECAST® Study (8) Proposed Solicitation Number: HHS-NIH-NHLBI-CSB-DE-2015-070-KEW (9) Closing Response Date: February 26th, 2015 (10) Contact Point: Kyle Wisor, Contract Specialist (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: UKN (13) Contract Line Item Number(s): TBD (14) Contractor Award Date: TBD (15) Contractor Name: TBD (16) Description: The NHGRI requires radio and media advertising services. The purpose of the radio and media services is to ultimately 1.) Provide informational outreach to targeted audiences about the GENE-FORECAST® Study Program and 2.) Recruit eligible individuals to participate in the GENE-FORECAST® Study. The GENE-FORECAST® Study Program seeks to advance the understanding of Cardio Vascular Disease (CVD) in African American (AA) communities in the metropolitan Washington DC, Montgomery County (MC), Maryland and Prince George's County (PG), Maryland areas. (i) "This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued." (ii) The solicitation number is HHS-NIH-NHLBI-CSB-DE-2015-070-KEW and the solicitation is issued as a request for proposal (RFP). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79 effective 15 DEC 2014. (iv) There are no set-aside restrictions. The associated NAICS code is 515112, Radio Stations, and the small business size standard is $38.5M. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. (v) The Contractor Requirements are listed below: (vi) The Contractor Shall: 1: Background The National Human Genome Research Institute (NHGRI) is part of the National Institutes of Health (NIH), the world's premier biomedical research agency. NHGRI supports the development of resources and technology that will accelerate genome research and its application to human health. The GENE-FORECAST®:GENomics, Environmental FactORs and the Social DEterminants of Cardiovascular Disease in African Americans STudy is designed to examine a targeted population for case-control analyses based on a community-based sampling frame with a target size of approximately 1800 self-identified, US - born, African-American/Black (AA) men and women (ages 21-65) to be recruited over the next 5-6 years from the metropolitan Washington DC, Montgomery County (MC) and Prince George's County (PG) areas. 2: Statement of Work ** See attached Statement of Work; Attachment One (vii) Period of Performance: Approximately February 2015 to May 2015 Place of Performance: Contractor Location (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. 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: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost. In the event proposals are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. 1: Technical Evaluation Factor: 1a: Demonstrated ability to best accomplish tasks one though three as outlined under "Tasks" in the Statement of Work. 2: The offeror will provide the following: 2a: Price proposal for each individual task in the Statement of Work. 2b: Proposal must provide evidence of specific methods and techniques for completing each discrete task 2c: Offeror shall provide a copy of their Tapscan or Market Report (Descriptive literature) from Arbitron or other like Market Survey Index in accordance with the specifications set forth in the statement of work. (x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses: i. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) ii. 52.225-13, Restrictions on Certain Foreign Purchases iii. 52.244-6, Subcontracts for Commercial Items iv. 52.2232-39, Unenforceability of Unauthorized Obligations (xiii) Additional Contract Requirements: None (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) All responses must be received by February 26th, 2015 at 9:00 AM and must reference number HHS-NIH-NHLBI-CSB-DE-2015-070-KEW. Responses may be submitted electronically to Kyle.Wisor@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-402-3670; Fax responses will not be accepted (17) Place of Contract Performance: Contractor Location (18) Set-aside Status: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-DE-2015-070-KEW/listing.html)
 
Place of Performance
Address: Contractor Location, Bethesda, Maryland, United States
 
Record
SN03636212-W 20150208/150206235337-db7d7c04fe60e4baf1147fe1551b2d82 (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.