Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOLICITATION NOTICE

R -- Public Engagement Strategies to Advance the Mission of NCATS - Solicitation Performance Work Statement

Notice Date
5/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541820 — Public Relations Agencies
 
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
NIHDA201800197
 
Point of Contact
Stuart G. Kern, Phone: 3014023334
 
E-Mail Address
stuart.kern@nih.gov
(stuart.kern@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items Solicitation Performance Work Statement Title: Public Engagement Strategies to Advance the Mission of the National Center for Advancing Translational Sciences (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 and a written solicitation will not be issued. (ii)The solicitation number is NIHDA201800197 and the solicitation is issued as a request for proposals (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 dated 1/24/2018. (iv)The associated NAICS code 541820 and the small business size standard is $15 million. This requirement is set aside for small businesses. (v)The purpose of this acquisition is to procure consulting services to the senior management of NCATS to strengthen the organization's ability to effectively promote the advancement of translational science to a broad range of stakeholders. (vi)This is a performance-based acquisition as described in FAR Part 37.6. Offerors are encouraged to propose innovative and cost-effective methods of performing the work through the use of measurable performance standards. NCATS expects offerors to describe their approach to this work and to identify schedules, deliverables, metrics, optional services, and milestones for payment that will be written into the final performance work statement that will be incorporated into the contract. See the attached Solicitation Performance Work Statement. (vii)Delivery of services will be at the National Center for Advancing Translational Sciences, 6701 Democracy Blvd, 9th Floor, Bethesda, MD 20817. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition, and is available at https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179124. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition, as follows: (a) 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, price and other factors considered. Offers will be evaluated in accordance with Section 8, Evaluation of Proposals, in the attached Solicitation Performance Work Statement. (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. (x)Offerors are to include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause is available at https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause is available at https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179465. Additional terms and conditions apply as listed in the addendum attached to this solicitation. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition., and is attached to this solicitation. (xiii)The contracting officer has not identified any additional contract requirement(s) or terms and conditions. Because this is a performance-based acquisition and the Solicitation Performance Work Statement grants offers great flexibility in proposing unique approaches to the work, additional terms and conditions may be identified as necessary to be included in award of the contract. (xv)Questions requiring clarification or correction must be submitted to the contract specialist on or before May 29, 2018. (xvi)Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by Tuesday, June 5, 2018, at 2:00 p.m. Eastern time, and reference solicitation number NIHDA201800197. Responses must be submitted electronically to Stuart Kern, Contract Specialist, stuart.kern@nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation is Stuart Kern, Contract Specialist, 301-402-3334, stuart.kern@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800197/listing.html)
 
Place of Performance
Address: National Center for Advancing Translational Sciences (NCATS), 6701 Democracy Blvd, 9th Floor, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN04922421-W 20180517/180515230453-dfde059874a763d6fc381d44fe9fb366 (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.