Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

R -- BRAIN Initiative Alliance Web Content Support Services

Notice Date
7/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design 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-NOI-17-448
 
Archive Date
8/10/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
BRAIN Initiative Alliance Web Content Support Services Pre-Solicitation Notice of Intent to Sole Source HHS-NIH-NIDA-SSSA-NOI-17-448 INTRODUCTION This is a combined synopsis/pre-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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-17-448 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Society for Neuroscience located at 1121 14th Street NW Suite 1010 Washington, DC 20005. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items and is NOT expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated January 19, 2017. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 541512 with size standard of $27.5million CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, which indicates that only Society for Neuroscience is capable of providing the necessary expertise in creating a variety of web-friendly, multi-media content with a significant depth of expertise in describing cutting edge neuroscience research and access to appropriate audiences. Specifically, only Society for Neuroscience can furnish the requirements, to the exclusion of other sources, because the vendor has the neuroscience-based expertise needed to create BRAIN initiative-related content. In addition, the material or service must be compatible in all aspects (form, fit and function) with existing systems presently installed. The current equipment is the www.braininitiative.org website; the new item/service must coordinate, connect or interact with the existing system by being compatible with WordPress.org content management system without the purchase or integration of additional plugins. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. DESCRIPTION OF REQUIREMENT Background To build greater public awareness about the progress and potential of the BRAIN Initiative®, the National Institutes of Health (NIH) seeks to create and disseminate a wide range of exciting multi-media content about BRAIN on the BRAIN Initiative Alliance (BIA) website (www.braininitiative.org), which is managed by NINDS. NIH would like to leverage an established web platform and communications infrastructure to provide the public with rapid, compelling, scientifically accurate, and accessible information about BRAIN discoveries, while cross promoting the new BRAIN Initiative Alliance website on an existing and successful web site with a neuroscience focus that averages a minimum of 150,000 visits a month. Thus, the BRAIN content created through this contract would be posted simultaneously on two websites that would link to each other, vastly enhancing their reach and impact. Purpose and Objectives The purpose of this requirement is to procure multi-media content to populate the new BRAIN Initiative Alliance website (www.braininitiative.org), which is managed by National Institute of Neurological Disorders and Stroke (NINDS). Content would include primarily written articles and videos, but also interactive illustrations, infographics, blog posts, and podcasts on research and resources stemming from BRAIN Initiative funding. Project Description 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 requirements detailed below. The Contractor shall provide a total of 10-11 pieces of highly polished content to populate the new BIA site. For example: 1.1-2 written articles (~1000-1500 words each) a.One may be to highlight the current funding landscape and innovations from BRAIN. b.Another may be to highlight the National Science Foundation's BRAIN Cyberinfrastructure awards. 2.6-7 shorter written pieces (~500 words each) a.Could highlight each BIA member. 3.One infographic a.Could showcase the funding landscape and innovations from BRAIN. 4.One video a.For instance, an interview with a BRAIN-funded scientist that also includes animation. NIH will be responsible for posting this content on the BIA website. The contractor will be responsible for creating a special "BRAIN Initiative" section on their independently owned and managed site, thus providing a spotlight on BRAIN that integrates into their site's larger content architecture. The contractor will also be responsible for posting the same, approved content on the BRAIN section of their website while concurrently promoting the BIA site. All costs associated with posting the completed content to the contractor's independently owned and managed website is at the responsibility of the contractor. Content will be vetted by the BIA Editorial Board based on initial input and suggestions from NIH and other BIA participants, with agreement of the contractor's own Editorial Board, should one exist. Additional vetting by leading scientists could be organized by the contractor, with final approval of completed content from NIH. Government Responsibilities: The Government will be responsible for providing the vendor with initial input and suggestions for content, obtaining content approval from NIH and other BIA members, including the BIA Editorial Board, and posting the approved content on the BIA website. Reporting Requirements: In addition to any written activities identified in the project requirements, the Contractor shall provide the following report to the Government at the interval specified: 1.Monthly Report The Contractor shall submit a monthly report via email to the Government Contracting Officer's Representative and Program Manager on the fifth (5) business day following the end of each month. The Monthly Report shall include a summary of activities performed, status updates for ongoing activities, and a listing of major accomplishments, major risks, or concerns identified during effort performance. The Report shall also detail the level of effort expended on each item included, as well as the overall labor hour expenditure for the reporting period. In addition, the Monthly Report shall include a summary of invoicing and payment records to date as well as contract funds remaining. Collaboration Requirements It is required that all contractors involved with the NIH community work collaboratively with federal staff and other contractors towards the NIH mission and other affected organizations (which in this case includes members of the BIA and the BIA Editorial Board) and follow the direction of the Contracting Officer's Representative (COR), and/or the designated Federal Project Manager(s)/Lead(s). This collaboration includes day-to-day activities, support, development, knowledge transfer and creating and sharing documentation when required. Delivery/Period of Performance July 24, 2017 - January 24, 2018 Travel: No Travel is authorized or allowable under this requirement. Contract Type A Firm Fixed Price Purchase Order is contemplated. The order shall be sourced via the Open Market on a single-source basis and is not expected to exceed $150,000. Data Rights: The National Institute of Neurological Disorders and Stroke shall have unlimited rights to and ownership of all deliverables provided under this procurement including reports, analyses, recommendations and all other deliverables. 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," shall be incorporated into any resulting award by reference. Section 508 - Electronic and Information Technology Standards: 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 www.section508.gov and at the Access Board's Web site at https://www.access-board.gov/508.htm. The contractor must state that it will comply with the requirements of Section 508. Confidentiality of Information: Confidential Information means information or data of a personal nature about an individual, or proprietary information or data submitted by or pertaining to an institution or organization. Confidential Information or records shall not be disclosed by the Contractor without written authorization from the Contracting Officer. Whenever the Contractor is uncertain with regard to the confidentiality of or a property interest in information under this contract, the Contractor should consult with the Contracting Officer prior to any release, disclosure, dissemination, or publication. Non-Personal Service Statement: Contract employee performing services will be controlled, directed and supervised at all times by management personnel of the contractor. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations (FAR). RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quote. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below. Factor 1: Technical Approach The Contractor shall demonstrate their understanding of the work within the objectives of the SOW and provide evidence of the following: 1.Own and operate an existing and successful neuroscience-focused website, where a "BRAIN Initiative" section could be created, if one does not already exist 2.Averages a minimum of 150,000 visits per month to their website; greater number of visits shall be considered advantageous 3.Scientific expertise in the neuroscience field; evidenced by resumes describing personnel (e.g., members of their editorial staff/scientific editorial board) with appropriate education/experience 4.Ability to create a variety of compelling, highly-polished, and scientifically accurate website content (such as written articles, infographics, and videos) in a timeframe in line with the SOW; provide specific examples of this content 5.Ability to work with the Government and other members of the BRAIN Initiative Alliance, including receptiveness of initial input and suggestions for content as well as the vetting and final approval of completed content from NIH Factor 2: Past Performance The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the web content support requirements outlined in this Statement of Work and shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Total Contract Value c.Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW d. Contract Period of Performance Factor 3: Price/Cost The Contractor shall demonstrate the ability to identify and propose the appropriate mix of labor category rates and hours based on fair and reasonable market costs and best value to the Government. Past Performance shall be evaluated for relevance to the current requirement.Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The FAR clauses and provisions below shall apply to this solicitation. 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017) is applicable to this acquisition. 5.FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) apply to this acquisition. The following clauses shall be checked/included in this clause: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 6.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-17-448. Responses shall be submitted electronically to jermaine.duncan@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Jermaine Duncan by email at jermaine.duncan@nih.gov or by phone at (301) 827-7515.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-17-448/listing.html)
 
Record
SN04587713-W 20170722/170720234656-e08c0e37e532576fe7fad34ce96b0ae6 (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  © 1994-2020, Loren Data Corp.