SOLICITATION NOTICE
R -- EMPSB Continuity of Operations Project Hours
- Notice Date
- 5/11/2017
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CO72582-36
- Archive Date
- 6/1/2017
- Point of Contact
- David H. Romley, Phone: 2402767822
- E-Mail Address
-
david.romley@nih.gov
(david.romley@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- General Information Short Title: EMPSB Continuity of Operations Project Hours Document Type: Presolicitation Notice Solicitation Number: N02CO72582-36 Posted Date: 5/11/2017 Response Date: 5/17/2017 Classification Code: R429 - Support - Professional: Emergency response/ disaster planning/ preparedness support NAICS Code: 541611 - Administrative Management and General Management Consulting Services Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232 Bethesda, MD 20892, UNITED STATES Description The NCI EMPSB provides emergency preparedness and business continuity functions for the NCI. The additional hours requested will facilitate the effective and professional performance of the Institute's business continuity functions. In an effort to comply with NIH and federal mandates to have an updated COOP plan, the NCI has determined that using an automated tool will greatly increase the ease and efficiency of the process to update, exercise and report on our COOP status. Improving business continuity capabilities in order to enable the NCI to have a more complete business continuity plan in the event of an incident is paramount. The contractor for this project must have business continuity experience with research, development and analytical laboratories and a fundamental knowledge and understanding of research methods in bacteriology, virology, immunology, assays, blood banks and medical research communities. Knowledge of laboratory hazards, risks, equipment and apparatus is desired. Contractor must also be an expert in the implementation and use of the Resilience One software by Resilience BCP. Previous experience in implementing COOP software or programs in a federal laboratory and executive environment is also required. The objective for the hours included in this project is they be used to complete the majority of related interviews necessary to document the laboratory functions of the Institute. 250 hours of consulting time will be used to interview NCI DOCS representatives. The information gathered from them will be loaded into the software platform. These interviews will follow the same process as the original. Vendor must be familiar with the software platform and have historical knowledge of pervious interviews would not only take more time, but in the long run would cost the government more money to complete the implementation. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1) and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 541611 and the business size standard is $15,000,000. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract with four option periods. It has been determined there are no opportunities to acquire green products or services for this procurement. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 12:00 PM EST, on May 17, 2017. All responses and questions must be in writing and faxed 240-276-5401 or emailed to David Romley, Contract Specialist OR via electronic mail at david.romley@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: N02CO72582-36 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO72582-36/listing.html)
- Record
- SN04504860-W 20170513/170511235340-7ab570af8541abb976d36048b3d23993 (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 |