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

70 -- Access to Labor Market Data via online subscription

Notice Date
7/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
N02CO72591-73
 
Point of Contact
Ronette P. Collins, Phone: 2402765745, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
ronette.collins@nih.gov, jolomi.omatete@nih.gov
(ronette.collins@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Health and Human Services (DHHS), National Cancer Institute (NCI), Office of Acquisitions (OA), plans to procure an online subscription to access labor market data in support of the NCI, Office of the Director (OD), Center for Cancer Training (CCT). This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.5. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, No. N02CO72591-73, includes all applicable provisions and clauses in effect through FAR FAC 2005-95 (January 19, 2017). The North American Industry Classification System code is 511210 and the business size standard is $38.5 million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. Description of Requirement In 2015, the DHHS, NIH, National Cancer Institute (NCI) Center for Cancer Training (CCT) successfully performed a labor and skills gap analysis of the biomedical research workforce using a combination of approaches and data sources that included the use of real-time job posting data. NCI/CCT requires additional workforce and portfolio analyses using real-time labor market data to analyze labor market information (LMI) to assess workforce supply and demand. Analysis of workforce trends over time is critical, supporting the need for the ability to analyze data that are consistently collected, coded, and queried over several years. SCOPE The purpose of this requirement is to access labor market data via a 12-month online subscription in support of NCI's workforce and portfolio analyses. TASKS Membership shall include the following: 1. 12-month online subscription for 10 NCI users • NCI shall identify the users, and users may include contractors who will use the data in support of portfolio and workforce analyses 2. 1-2 hours of customized training to NCI users 3. Follow-up support for technical questions related to training provided 4. Shall be available and functional 365 days per year, 24 hours of the day, excluding tool maintenance occurrences or updates 5. Users shall have the ability to download data into Microsoft Excel 6. Shall permit users to publish and post findings on the internet with proper referencing and citation 7. Shall provide users the ability to customize queries of the data • Data filters shall include established taxonomies, including, but not limited to: Metropolitan Statistical Areas; 6-digit SOC codes and 8-digit ONET occupation codes; NAICS industry codes; advertised education; STEM or biotechnology sector. The tool shall make available historical data coded to the above classifications from 2010 onward 8. Users shall have the ability to create reports from data queries • Report types shall include: employers and regions with the most job openings; specialized skills in greatest demand; baseline skills in greatest demand; and top detailed industries. 9. Shall provide technical support (email correspondence and/or telephone guidance) to assist users with questions and concerns regarding queries or data. TYPE OF ORDER This is a firm fixed price purchase order. SEVERABLE SERVICES The services acquired under this contract are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not rollover for use in other periods. PERIOD OF PERFORMANCE The period of performance shall be 10 months from the date of award and 4,12months option period. Base Period: 8/7/2017-6/6/2018 Option Period 1: 6/7/2018-6/6/2019 Option Period 2: 6/7/2019-6/6/2020 Option Period 3: 6/7/2020-6/6/2021 Option Period 4: 6/7/2021-6/6/2022 END USER LOCATION DHHS/NIH/NCI/TTC 9609 Medical Center Drive Rockville, MD 20850 INVOICE AND PAYMENT PROVISIONS 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. PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Provisions/Clauses apply to this acquisition: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2015) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (NOV 2015) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (NOV 2017). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.203-6 Alt. 1 Restrictions on Subcontractor Sales to the Government. FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-8 Utilization of Small Business Concerns. FAR Clause 52.219-28 Post Award Small Business Program Representation. FAR Clause 52.222-3 Convict Labor. FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities. FAR Clause 52.222-26 Equal Opportunity. FAR Clause 52.222-35 Equal Opportunity for Veterans. FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports on Veterans FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. FAR Clause 52.222-50 Combating Trafficking in Persons FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015) Pursuant to the HHS annual appropriations acts, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for: (a) Publicity or propaganda purposes; (b) The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television, or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body, except in presentation to the Congress or any state or local legislature itself; or designed to support or defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any state or local government, except in presentation to the executive branch of any state or local government itself; or (c) Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations, regulation, administrative action, or Executive order proposed or pending before the Congress or any state government, state legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a state, local, or tribal government in policymaking and administrative processes within the executive branch of that government. (d) The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future federal, state, or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control. HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY (DEC 2015) HHS 352-239-73 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE (DEC 15) HHS 352.239-74 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (DEC 15) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internet/index.jsp or from Ronette Collins, Contract Specialist at ronette.collins@nih.gov. The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. Award will be made on all or none basis. A technically acceptable quote is one that meets the requirements listed above. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. ET on July 25, 2017. Please refer to solicitation number N02CO72591-73 on all correspondence. Quotations shall be emailed to Ronette Collins, Contract Specialist at ronette.collins@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above and shall be received by 11:00 a.m. ET on July 25, 2017. No collect calls will be accepted. In order to receive an award, contractors must be registered in the System for Award Management through sam.gov and have complete Representations and Certifications at sam.gov or provide a copy to the aforementioned individual prior to award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO72591-73/listing.html)
 
Record
SN04587748-W 20170722/170720234715-6e8777624c62ff6eff354433df9e1935 (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.