SOLICITATION NOTICE
R -- Management and Operation of the Mali Service Center - Solicitation Details and Attachments
- Notice Date
- 6/30/2017
- 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 of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- DHHS-NIHAO2017075
- Archive Date
- 9/30/2017
- Point of Contact
- LaDonna Stewart, Phone: 240-669-5123
- E-Mail Address
-
lstewart@niaid.nih.gov
(lstewart@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation details including Statement of Work, Invoice Instructions, Proposal requirements, and other attachments. (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. No other solicitation will be posted. (ii) The solicitation number is DHHS-NIHAO2017075 and the solicitation is issued as a request for proposals (RFP). (iii) The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective January 19, 2017. (iv) The associated NAICS code is 541990, All Other Professional, Scientific, and Technical Services, and the small business size standard is $15.0M; however, this acquisition is not set-aside for small businesses. This acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. (v) Please see the Statement of Work and all attachments for Contractor and solicitation requirements. (vi) The estimated period of performance for this contract is five (5) years upon contract award. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items and addendum, applies to this acquisition. (viii) 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 using a best value analysis. The following factors shall be used to evaluate offers: i.Technical (which encompasses Technical and Management Approach, Corporate Experience, and Personnel Qualifications) ii.Price/Cost iii.Past Performance Although technical factors are of paramount consideration for the award of the contract, past performance and cost/price are also important to the overall contract award decision. Technical and past performance, when combined, are significantly more important when compared to price. The evaluation criteria are used by the technical evaluation committee when reviewing the technical proposals. The technical criteria will be evaluated using an adjectival scale as defined in the attached. All technical evaluation criteria are of equal importance. Criterion 1: TECHNICAL and MANAGEMENT APPROACH The proposal should demonstrate a clear understanding of the nature and scope of operations as outlined in the Statement of Work. The degree to which the Offeror's proposed plans and procedures for effectively executing operations to optimize the accomplishment of the requirements will be evaluated. Criterion 2: CORPORATE EXPERIENCE Relevance of current or prior experience (within 5 years) in all facets of managing operations in an international environment will be evaluated. The Offeror should not simply list prior history, but provide sufficient detail as to nature of each project and the scope of the Offeror's participation to enable an evaluation of the relevance. The Offeror should highlight any operations or organizational experience within, or in direct collaboration with French West Africa. Criterion 3: QUALIFICATION OF PERSONNEL Adequacy and relevance of the training, experience, and qualifications of the Project/Program Director and other Key personnel in managing operations in accordance with the SOW will be evaluated. The Offeror should provide resumes of no more than 3 pages for all proposed personnel and any consultants. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. (End of Provision) (ix) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items and addendum, are 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. See Attached (x) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, and addendum applies to this acquisition. See attached (xi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. See attached (xii) Offers shall be submitted via email at Lstewart@niaid.nih.gov. The due date for receipt of offers is 12:00PM Eastern Standard Time on July 14, 2017. (xiii) For questions regarding this solicitation, please contact LaDonna Stewart via email at lstewart@niaid.nih.gov or by phone at 240-669-5123. Please reference the solicitation number in the subject line of all emails. See the attachments for the Statement of Work and additional solicitation/proposal requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/DHHS-NIHAO2017075/listing.html)
- Place of Performance
- Address: Mali, Africa, United States
- Record
- SN04564732-W 20170702/170630234605-50ef09f28d73c48aa787b09812d29e4f (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 |