SOLICITATION NOTICE
R -- Meeting Consultation Service
- Notice Date
- 2/11/2020 7:47:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- HHS-NIH-NIDA-CSS-20-003112
- Response Due
- 2/25/2020 12:00:00 PM
- Archive Date
- 03/11/2020
- Point of Contact
- Rashiid Cummins, Karen Mahon
- E-Mail Address
-
rashiid.cummins@nih.gov, karen.mahon@nih.gov
(rashiid.cummins@nih.gov, karen.mahon@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Title: � Meeting Consultation Services �(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 HHS-NIH-NIDA-CSS-20-003112 and the solicitation is issued as a request for proposal. 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 not expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-02, with effective date December 23, 2019. (iv)������ The associated NAICS code 541611 and the small business size standard is $15,000,000.00. This requirement is set aside exclusively for Small Business. (v)������� The purpose of this acquisition is to provide the National Institute on Aging (NIA) with consultation services related to diagnosing meeting management issues and recommending improvements for enhancing scientific and funding decisions meetings to be more efficient. The consultation will also include recommendations for stakeholders on how to improve accountability and should also identify the varying training needs of the organization and propose recommendations to address organizational deficiencies or opportunities for improvement. ����������� (vi)������ The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 1 year from date of award with two 1-year options. (vii)����� The following FAR provisions shall apply to this solicitation: 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-26 Covered Telecommunications Equipment or Services � Representation (DEC 2019) 52.212-1 Instructions to Offerors--Commercial Items (OCT 2018) 52.212-2 Evaluation--Commercial Items (OCT 2014) 52.212-3 Offeror Representations and Certifications � Commercial Items (OCT 2018) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far (xii) ���� The following clauses apply to this acquisition and are incorporated by reference: 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference Representations and Certifications (DEC 2014) 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2020). The following clauses within 52.212-5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Equal Opportunity Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer � System for Award Management (JUL 2013)52.217-8, Option to Extend Services (Nov 1999) � 15 Days 52.217-9, Option to Extend the Term of the Contract (Mar 2000)�� fill ins: 15 days, 30 days, 2 years and 6 months 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): https://www.acquisition.gov/browse/index/far HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) � The following provisions and clauses apply to this acquisition and are attached in full text: NIH Invoice and Payment Provisions (2/2014) (xiii) ��� Instructions to Offerors � (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. The following factors shall be used to evaluate offers: 1) ability to meet the technical requirements (attached), 2) past performance, including experience with biomedical research and administration, and 3) price. Technical and past performance, when combined, are significantly more important than price. � (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. (xiv) ��� Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. (xv)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xvi)���� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement, as well as the offeror�s past performance, as it relates to the evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Responses shall not exceed 10 pages, excluding pricing information and the completed 52.212-3, Offeror Representations and Certifications Commercial Items. 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 offers must be received by Tuesday, February 25, 2020at 3:00 pm Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-CSS-20-003112. Responses must be submitted electronically to Rashiid Cummins at rashiid.cummins@nih.gov� Fax responses will not be accepted. (xvii)��� The name of the individuals to contact for information regarding the solicitation: Rashiid Cummins Contract Specialist rashiid.cummins@nih.gov Karen Mahon Contracting Officer Karen.Mahon@nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3e0d4ff6c855491da0382322e5742b7e/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN05557636-F 20200213/200211230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |