Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOLICITATION NOTICE

R -- Computational Psychiatry Consulting on Pediatric Mental Illnesses - Statement of Work and SF-18

Notice Date
5/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-RFQ-2017-389
 
Archive Date
6/10/2017
 
Point of Contact
Zenab A. Chowdhry, Phone: 3018276909, Nancy Lamon-Kritikos,
 
E-Mail Address
zenab.chowdhry@nih.gov,
(zenab.chowdhry@nih.gov, ontracting)
 
Small Business Set-Aside
N/A
 
Description
SF 18 Statement of Work Standard Form 18, Request for Quotation (RFQ) TABLE OF CONTENTS PART I - INSTRUCTIONS ARTICLE 1 - General...............................................................................2 ARTICLE 2 - Quote Submission..................................................................3 ARTICLE 3 - Socio-Economic Small Business Set-Aside Program.....................3 ARTICLE 4 - Price Reductions....................................................................3 ARTICLE 5 - Evaluation of Quotes and Award Determination............................3 ARTICLE 6 - Evaluation Criteria..................................................................4 ARTICLE 7 - Period of Performance.............................................................5 ARTICLE 8 - Price Quote............................................................................5 ARTICLE 9 - Technical Approach / Plan.........................................................5 ARTICLE 10 - Quote Packaging and Delivery Instructions.................................6 PART II: CONTRACT ADMINISTRATION................................................................7 PART III: PURCHASE DESCRIPTION / SPECIFICATIONS / SCOPE OF WORK / STATEMENT OF WORK........................................................................................................12 Standard Form 18, Request for Quotation (RFQ) PART I - INSTRUCTIONS ARTICLE 1 - General This request for quote is issued in accordance with the Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures. This request for quote does not commit the Government to pay any cost incurred in the submission of quotes or make necessary studies or designs for the preparation thereof, nor to procure or contract for the articles or services. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. Any other commitment, either explicit or implied, is invalid. In addition to the clauses/provision of this request for quote, the resultant purchase order shall include any clauses/provisions required by Public Law, Executive Order, or acquisition regulations, in effect at the time of execution of the award. Responses' to this RFQ are not to be considered an offer that can be accepted by the Government to form a binding contract. The actual purchase order award is considered the offer by the Government to the contractor and the contractor's written acceptance of the purchase order, or the commencement of performance under the purchase order, is the contractor's indication of their acceptance of the offer. THE GOVERNMENT RESERVES THE RIGHT TO MAKE AN AWARD WITHOUT FURTHER DISCUSSIONS OF THE QUOTES RECEIVED. THEREFORE, IT IS IMPORTANT THAT THE QUOTE IS INITIALLY SUBMITTED ON THE MOST FAVORABLE TERMS FROM BOTH THE TECHNICAL AND COST STANDPOINTS. All communications must be directed to the attention of the Contract Specialist / Contracting Officer. All documents and deliverables described in this RFQ and amendments or modifications, shall be submitted in a professional manner and on the prime contractor's letterhead. All work (hardware, software and services) will be Year 2000 Compliant. ARTICLE 2 - Quote Submission Responses to this RFQ are due on May 26, 2017 at 12:00 PM Eastern Standard Time. The Contractor must submit with their quote the following:  Cost-Price Quote  Technical Specifications or Technical Plan, if applicable;  Dun and Bradstreet Number (DUNS); and  Verification of System for Award Management (SAM) Registration www.sam.gov. ARTICLE 3 - Socio-Economic Small Business Set-Aside Program 1. The North American Industry Classification System (NAICS) code for this requirement is 541990 and the size standard is $15,000,000. 2. This requirement is unrestricted. ARTICLE 4 - Price Reductions Vendors are expected to propose pricing that is fair and reasonable and should consider offering price reductions which are guided by the complexity, scope and estimated value of the requirement. ARTICLE 5 - Evaluation of Quotes and Award Determination 1. The Government will evaluate all responses received on using the evaluation criteria set forth in the article titled: "Evaluation Criteria" equally weighted. 2. Each quote will be evaluated in strict conformity with the evaluation factors, utilizing written critiques. The evaluation will be based upon the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFQ and will use an adjectival evaluation scheme based on the following ratings: _Excellent; _Good; _Acceptable; _Marginal; _Unacceptable; _Neutral 3. The price quoted will also be evaluated taking into consideration any price reductions, the level of effort and the mix of labor proposed to perform the task(s) being ordered. A price reasonable determination will be made and a best value analysis will be performed. The best value analysis will take into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's required schedule. The analysis will document that the award represents the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. The Government reserves the right to issue an order to the best value of the Government, technical merit, price, and other factors considered. 4. All aspects of a quote are subject to discussion, including price, technical approach and terms and conditions. At the completion of discussions, the contractor will ensure his technical plan and price quote reflects the mutual understandings of the requirement and if requested, submit a revised technical plan and price quote to the Contracting Officer. The technical plan should consist of the contractor's intent and approach to this particular effort, any considerations that should be made by the government, as well as any additional information that expresses the Contractor's position above others for this effort. 5. The Government may request clarifying information from the schedule contractor, as it relates to its quote. 6. If an award will be made without conducting discussions, schedule contractors may be given the opportunity to clarify certain aspects of their quote or to resolve minor or clerical errors. 7. The Government reserves the right to make a single award, multiple awards, or no award at all as a result of the RFQ. In addition, the RFQ may be amended or canceled as necessary to meet the Government's requirements. ARTICLE 6 - Evaluation Criteria 1. Technical Evaluation Criteria Item No. Evaluation Criteria Rating Standard 1. Professional Expertise The offeror must demonstrate their knowledge and professional experience as it correlates to the experience outlined in the statement of work under Specific Requirements. Proposal must include either a CV or a resume that clearly details offerors relevant experience and knowledge of novel, state-of-the-art computational modelling techniques for maximizing the yield of data related to pathophysiology, development, and treatment of pediatric mood and anxiety disorders. 2. Technical Expertise Demonstrated qualifications and experience as it relates to the contractor requirements listed in the scope of work per the statement of work. The contractor will provide summary data on the work they have performed. ARTICLE 7 - Period of Performance The Government contemplates a Labor Hour-type of Purchase Order contract for non-commercial items. Direct labor hours at specified fixed hourly rates for 150 hours is contemplated with an established ceiling (not-to-exceed) amount of 150 hours of contractor services during the performance period. The period of performance is one 12-month base year from the date of award and one (1) 12-month option year. Base Year: 06/01/2017 - 05/31/2018 Option Year One: 06/01/2018 - 05/31/2019 The estimated level of effort for this requirement is one (1) contractor employee on part time basis, 20 hours per week during weeks where analyses will be completed. The total effort is anticipated to be a total of 150 hours per each year at an estimated $100.00/hour. ARTICLE 8 - Price Quote The Vendor shall submit a price quote for each period of performance with the following: 1. Number of hours proposed 2. Fully loaded fixed-price hourly rate 3. Total price proposed 4. All other relevant information and documentation that the item(s) quoted meets the salient physical, functional, or performance characteristics as specified in the purchase description, brand name or equal description, or brand name only description. ARTICLE 9 - Technical Approach / Plan 1. 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) must not exceed 25 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:  Technical Approach of how the work will be performed.  A milestones and time lines for the project, indicating the estimated period of performance for each task.  Facilities and /or resources used. 2. Technical Plan Format The suggested outline for the technical plan is as follows: a. Work Scope b. Objectives. State the overall objectives and the specific accomplishments you hope to achieve. Indicate the rationale for your plan, and relationship to comparable work in progress elsewhere. Review pertinent work already published which is relevant to this project and your proposed approach. This should support the scope of the project as you perceive it. c. Approach. Discuss the possible or probable outcome of approaches proposed. d. Methods. Describe in detail the methodologies you will use for the project, indicating your level of experience with each, areas of anticipated difficulties, and any unusual expenses you anticipate. e. Schedule. Provide a schedule for completion of the work and delivery of items specified in the statement of work. Performance or delivery schedules shall be indicated for phases or segments, as applicable, as well as for the overall program. Schedules shall be shown in terms of calendar months from the date of authorization to proceed or, where applicable, from the date of a stated event, as for example, receipt of a required approval by the Contracting Officer. Unless the request for quotes indicates that the stipulated schedules are mandatory, they shall be treated as desired or recommended schedules. In this event, Plans based upon the schedule contractor's best alternative schedule, involving no overtime, extra shift or other premium, will be accepted for consideration. f. 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 10 - Quote Packaging and Delivery Instructions The quote must be submitted in accordance with Part I - "Instructions." PLEASE READ THE FOLLOWING INFORMATION CAREFULLY: Responses to the Request for Quote are due on the specified closing date at local prevailing time. The response must be submitted in a "read-only" electronic format via e-mail to the Contract Specialist citing the RFQ number and the name of firm in the subject line. In the event that an electronic copy cannot be submitted, a print copy must be received by the due date and addressed in accordance with the instructions below. The external package marking of the print copies, shall be marked with the RFQ Number cited in block 1 on the SF18 Request for Quotation. RFQ packages shall be delivered only via electronic format to Ms. Zenab Chowdhry, Contract Specialist, at zenab.chowdhry@nih.gov. PART II CONTRACT ADMINISTRATION Price and Costs The total estimated amount of this contract shall not exceed tiny_mce_markerlt;to be specified>. 1. Contact Points Contracting Officer's Representative (COR) / Project Officer (PO): A COR shall be appointed at time of award. Contract Specialist: Zenab Chowdhry, Contract Specialist 6001 Executive Blvd Room 3157, NSC, SSSA, NIDA, NIH Rockville, MD 20852 Telephone Number: 301-827-6909 Email Address: zenab.chowdhry@nih.gov Contracting Officer: Nancy Lamon-Kritikos, Contracting Officer 6001 Executive Blvd Room 3170, NSC, SSSA, NIDA, NIH Rockville, MD 20852 Telephone Number: 301-480-2447 Email Address: nancy.lamon-kritikos@nih.gov The Vendor's primary contact after award will be with the COR/PO, who will provide information, clarifications to the requirement, and answer questions. All correspondence, letters, reports, and other deliverables will be submitted to the COR/PO for acceptance. The Contracting Officer (CO) is the only person with authority to act as agent of the Government. Only the CO has authority to: (1) direct or negotiate any changes; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance; or (5) otherwise change any terms and conditions of the award. 2. Contracting Officer's Representative (COR) A COR shall be appointed at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change the COR designation. 3. Invoice and Payment Provisions (2/2014) The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: Prompt Payment (Jul 2013) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I Invoice Requirements A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II. below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2. Remit-to address (Name and complete mailing address to send payment). 3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4. Invoice date. 5. Unique invoice #s for all invoices per vendor regardless of site. 6. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document. 9. Identify that payment is to be made using a three-way match. 10. Description of supplies/services that match the description on the award, by line billed.* 11. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C. Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 D. In order to facilitate the prompt payment of invoices, the vendor must submit an electronic copy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document at NIDASSSAPurchaseRequ@mail.nih.gov II. Invoice Payment A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed. B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. Interest Penalties A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with an term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (December 2013) a. Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b. The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. c. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of Clause) In order to facilitate the prompt payment of invoices, the National Institute on Drug Abuse, Station Support Contracts and Simplified Acquisition Branch request the Contractor / Vendor to submit an electronic copy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document to: NIDASSSAPurchaseRequ@mail.nih.gov. 4. HHS Acquisition Regulation (HHSAR) Provision incorporated as an attachment: 352.231-70 Salary Rate Limitation (December 18, 2015) 5. FAR Clauses incorporated as attachments: 52.213-4, Terms and Conditions--Simplified Acquisitions (Other Than Commercial Items). (NOV 2016) 52.216-30 Time-and-Materials - Labor-Hour Proposal Requirements-Non-Commercial Item Acquisition Without Adequate Price Competition. (FEB 2007) 6. FAR Clauses included in Full Text: 52.217-5 Evaluation of Options (July 1990). Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) PART III - PURCHASE DESCRIPTION / SPECIFICATIONS / SCOPE OF WORK / STATEMENT OF WORK STATEMENT OF WORK Title: Computational Psychiatry Consulting on Pediatric Mental Illnesses Background Information: The mission of the Emotion and Development Branch (EDB) of the National Institute of Mental Health (NIMH) is to study the pathophysiology, development, and treatment of pediatric mood and anxiety disorders. EDB probes pathophysiology using functional magnetic resonance imaging (fMRI) procedures and examines development by acquiring data over time on multiple behaviors, clinical indicators, and measures of brain function. EDB studies treatments in the context of randomized controlled trials. EDB is currently using state-of-the-art techniques to acquire data in each of these areas. This includes pathophysiology data from brain imaging, behavioral data from cognitive tasks, and data on treatment from clinical assessments. Given the amount of care that goes into the acquisition of these data, a consultant is needed who has considerable experience with novel, state-of-the-art computational modelling techniques for maximizing the yield of these data. Currently, EDB does not have access to experts in brain imaging data, behavioral paradigms, and clinical trials. However, EDB needs regular consultations from experts whose primary focus is on the use of computational models to enhance understanding of brain-behavior relationships. This requires expertise specifically in applications of computational modelling approaches to complex problems that arise in research on mental illness. Purpose or Objective: The purpose of this requirement is to provide the Emotion and Development Branch (EDB) of the National Institute of Mental Health (NIMH) with an expert in the applications of computational approaches to behavioral and brain imaging experiments. Period of Performance: The period of performance is one 12-month base year from the date of award and one (1) 12-month option year. Base Year: 06/01/2017 - 05/31/2018 Option Year One: 06/01/2018 - 05/31/2019 Type of Contract: A Labor Hour-type of Purchase Order contract for non-commercial items is contemplated with direct labor hours at specified fixed hourly rate with an established ceiling (not-to-exceed) price. Scope of Work: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: 1. The Contractor shall provide expertise in the following to EDB: o Applications of computational approaches to behavioral and brain imaging experiments in research on mental illnesses; o Analyses of brain imaging and behavioral experiments, using sophisticated computational modelling approaches. While various approaches are needed, specific expertise in reinforcement learning is required; o Use of latent variable techniques, applications of Bayesian statistical techniques, and other complex model building procedures; o Prior work experience in a biomedical setting, with diverse types of scientists; and o Multiple types of data and procedures for integrating such data. Careful, appropriate, well-justified analysis of vital data on pathophysiology and treatment is paramount to the research mission of the EDB. Thus, it is of vital importance that EDB continue to adapt its ability to use computational modeling approaches so that it can conform to the state of the art in neuroscience and the emerging field of computational psychiatry. Moreover, as the sophistication of data increases, the complexity of EDB's computational models must also reflect these changes. Considerable expertise already exists in EDB and at NIMH more broadly to conduct some complicated analyses and some applications of computational approaches. Under the direction of the Contracting Officer's Representative (COR), the contractor shall: 1. Provide consultations on an as-needed basis for particular projects; 2. Facilitate execution of computational analyses that will be performed in house at NIMH; 3. Analyze approaches to research questions; 4. Choose appropriate software to answer research questions; 5. Review output of data analysis from NIH work; 6. Defend concerns from outside scientists on the appropriateness of the method; and 7. Work with scientists at the NIMH as they use these methods to publish research reports. GOVERNMENT RESPONSIBILITIES If necessary, the Government will provide a workplace, access to databases (if subscription-based) used in EDB, telephone, and laptop computer for one contractor personnel. If the contractor works on site, the contractor will perform work at the following location: National Institute of Mental Health Section on Development and Affective Neuroscience Address 15K North Drive Building 15K, Room 110 Bethesda, MD 20892-2370 This excludes federal holidays or when the facility is closed (e.g. weather emergencies). These duties will be performed in collaboration with Drs. Daniel Pine and Ellen Leibenluft, and the personnel of the EDB The Government will be responsible for reviewing activities and proving feedback. Reports generated as the result of this contract will be reviewed and approved within two weeks upon completion. DELIVERY OR DELIVERABLES 1. Description of Tasks and Associated Deliverables: A progress report will be submitted six months into the contract. This will outline the number of hours devoted to statistical consultations on specific projects. 2. Reporting Requirements A progress report will be submitted six months into the contract. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL A Contractor is needed who possesses expertise that complements the available computational skill in house. Specifically, past experience applying computational techniques in research on mental illness is required. Senior EDB staff members need verification from this expert that he or she understands and appreciates the sense of responsibility this position requires. The contractor employee providing services for this effort shall be considered key personnel. Key personnel requirements are as follows: • Ph.D. in neuroscience, mathematics, or psychology • Minimum of five (5) years of experience in the following: o Computational modeling and behavioral and brain imaging experiments o Statistical data analysis, data reporting, and management o Reinforcement learning o Latent variable techniques o Bayesian statistical techniques • Demonstrated experience working with biomedical staff • Minimum of five (5) publications that use computational approaches in the research of mental health in journals with impact factor of at least five or higher. • Currently working within a university or scientific organization possessing a wealth of experience in biomedical statistical applications Understanding and practical knowledge of computational models to enhance understanding of brain-behavior relationships. The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to diverting any of the specified individuals to other programs or contracts (or as soon as possible, if an individual must be replaced, for example, as a result of leaving the employ of the Contractor), the Contractor shall notify the Contracting Officer and shall submit comprehensive justification for the diversion or replacement request (including proposed substitutions for key personnel) to permit evaluation by the Government of the impact on performance under this contract. The Contractor shall not divert or otherwise replace any key personnel without the written consent of the Contracting Officer. The Government may modify the contract to add or delete key personnel at the request of the Contractor or Government. TRAVEL The Contractor shall be allowed to render services remotely. Data will be sent to the contractor in a way that follows all NIH rules and regulations; these data will not contain identifiable information. The contractor will be responsible for using their own equipment to view these data and perform any analyses on the data. The contractor will then communicate via email and other media about these data. DATA RIGHTS The NIMH shall have unlimited rights to and ownership of all deliverables provided under this contract, including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic contract and any optional task deliverables exercised by the contracting officer. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and made a part of this contract/order. SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS Section 508 Compliance Instructions Section 508 of the Rehabilitation Act of 1973 requires that Federal agencies' electronic and information technology (EIT) is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (EIT Accessibility) can be found at Section508.gov and at the Access Board's Web site at Access-board.gov. Unless it is an "undue burden" or compliant products or services do not exist, the products must conform to Section 508. The contractor should state that they will comply with the requirements of Section 508 or cite a justifiable reason for an exception. If any additional costs for compliance are anticipated, these should be identified. Also, if significant difficulty or expense is involved, a commercial non-availability is declared.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-RFQ-2017-389/listing.html)
 
Record
SN04516907-W 20170524/170522234510-2a39f73387c1821cc910557fcefcb7b8 (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.