SOURCES SOUGHT
V -- Foreign Travel Tracking Program
- Notice Date
- 3/3/2017
- Notice Type
- Sources Sought
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- NIHODCMSSDA003
- Archive Date
- 4/1/2017
- Point of Contact
- Robert Burdette, Phone: 3015948028
- E-Mail Address
-
robert.burdette@nih.gov
(robert.burdette@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Combination Sources Sought/ RFI This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purposes of this notice is to obtain information regarding: (1) availability of competition; (2) availability of existing contract vehicle coverage; (3) the capability of qualified small business concerns; (4) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; (5) vendor feedback on requirements description; and (6) market pricing information. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Capabilities Sought The objective of the Foreign Travel Tracking program at the National Institutes of Health (NIH) is to design, test, deploy, and support a traveler-tracking initiative for NIH personnel who conduct official NIH business while on foreign (overseas) travel. The Foreign Travel Tracking program must work in concert with travel coordination efforts of the Fogarty International Center (FIC) at the NIH to ensure the appropriate processing of official travel requests. The on-going support of the Foreign Traveler Tracking program will be a "cradle to grave" effort for each official travel request in support of the NIH mission to account for all NIH personnel on foreign official travel and to provide current and accurate information on official travel destinations. Specific objectives for the prime contractor, as part of this total performance effort and responsibility include: 1. Collect personal data on traveler by secure and/or encrypted means conforming to United States federal regulations for the protection of Personally Identifiable Information (PII), such as but not limited to: a. Personal information regarding Date of Birth and Passport Number b. Modes of contact prior to travel, while on travel, and upon return home c. Persons who should be contacted in the event of an emergency/injury d. Home office and home institute/ center (IC) contact information e. Dietary restrictions, medical condition(s), medications, temporarily or permanent mobility issues, etc. 2. Provide general overseas travel tips for first time and repeat overseas travelers. Information shall include but is not limited to: a. Changes in and / or current status of Department of Homeland Security Requirements for U.S. Citizens, who are traveling overseas on official NIH business b. Changes in and / or current status of Department of Homeland Security Requirements for Legal Permanent Residents, who are traveling overseas on official NIH business c. Changes in and /or current status of Department of Homeland Security Requirements for foreign national employees on a visa, who are traveling overseas on official NIH business 3. Prepare and deliver country, city risk ratings and intelligence reports for first time and repeat overseas travelers based on individual's overseas travel itinerary obtained through FIC. 4. Debrief NIH overseas traveler upon return and provide debriefing report to identified NIH stakeholders. Additionally, incorporate findings into future country, city risk ratings and intelligence reports for the overseas traveler. 5. Provide information regarding in-country United States consular services and the contact information for nearest consulate to the NIH traveler's destination(s). 6. Conduct 24/7 alerts beginning one day prior to travel until 12 hours after expected return of overseas traveler. 7. Provide and implement 24/7 ability to confirm traveler status via phone, email and web-based communications. 8. Develop and document procedures for obtaining NIH overseas traveler information. Manage the Foreign Traveler Tracking database and provide NIH with traveler status updates on a monthly and upon request basis. 9. Create a tracking management system that allows complete program visibility and insight into the cost, schedule and performance. 10. Establish and document a sound risk management system for preparing the country, city risk ratings and intelligence reports to provide the NIH overseas traveler with pertinent information to keep the individual safe while overseas. 11. Provide an interface that is accessible to FIC and other identified stakeholders within NIH that provides up to date status on NIH overseas travelers in real time. 12. Consider affordability and lifecycle costs throughout the design, test, development, deployment and sustainment of the Foreign Travel Tracking System. Administrative Preparation Costs The Government will not be responsible for any costs associated with preparing a response to this request. Government Property Upon receipt, all responses become government property and will not be returned. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Response Capability statements should not exceed 15 pages and should include the following information: • Company name and address; • Clear and convincing documentation of the ability to provide the services specified in this notice; • Examples of prior completed Government contracts, references, and other related information; • Respondents' DUNS number, organization name, address, point of contact, size and type of business (e.g., HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses); • Point of contact, including telephone number and email address for representative from interested business; • Company-Government contract vehicles, GWACs, GSA schedules, etc., covering the effort described, if applicable; and • Geographic or period of performance limitations, if applicable. The information described in this paragraph may be addressed separately and excluded from the page count. The Government is also requesting that respondents provide insight into the following: • Feedback on the requirement as described above; • Additional information that may be necessary to provide an effective proposal, quotation, etc.; • How the described capabilities priced commercially; • Metrics for monitoring performance; • Techniques for estimating cost; and • Any additional information which may assist the Government in refining its requirements and developing an acquisition strategy. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a solicitation may be published on FedBizOpps, GSA eBuy, etc.; however, responses to this notice will not be considered adequate responses to a solicitation. Interested parties may identify their interest and capability to respond to the requirement. The Government shall consider all responses received within fourteen (14) days of this posting. Written responses to this synopsis shall contain sufficient documentation to establish their capability to fulfill this requirement. Respondents should submit responses by email to Robert.burdette@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHODCMSSDA003/listing.html)
- Record
- SN04423030-W 20170305/170303235537-5ec97a6fcc2e297024fafd02f359d05b (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 |