Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

R -- Collaborative Neuropsychiatric Disorders Research and Research Support for Clinical

Notice Date
2/27/2020 8:22:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-20-002351
 
Response Due
3/6/2020 11:00:00 AM
 
Archive Date
03/07/2020
 
Point of Contact
Robin Knightly, Phone: 1-301-827-5302, Valerie Whipple, Phone: 1-301-827-5218
 
E-Mail Address
Robin.knightly@nih.gov, Valerie.whipple@nih.gov
(Robin.knightly@nih.gov, Valerie.whipple@nih.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Collaborative Neuropsychiatric Disorders Research and Research Support for Clinical and Translational Neuroscience Branch Competitive Combined Synopsis/Solicitation NIMH-20-002351 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures. The solicitation number is NIMH-20-002351 and the solicitation is issued as a request for quotation (RFQ).� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 518210, $35M. � SET-ASIDE STATUS This acquisition is restricted and available for Women Owned Small Business (WOSB) Set-Aside. � ACQUISITION AUTHORITY 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 and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.� ��� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 dated January 15, 2020. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Mental Health (NIMH) is the lead Federal Agency for research on mental illnesses.� The mission of the NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. � The NIMH is requiring a contractor who is qualified to deliver experienced psychiatric nursing skill for the Clinical and Translational Neuroscience Branch (CTNB) to ensure coordination of all aspects of the CTNB�s clinical neuroscience research.� The contractor will participate in advanced clinical assessments to ensure appropriate subject selection and participation. The contractor is needed to communicate with recruitment, branch, nursing, and medical staff to effect protocols. Finally, the contractor, in coordination with the Branch Chief, will interact with regulatory entities specifically the Institutional Review Board (IRB). Purpose � The purpose of this acquisition is to acquire a neuroscience research nurse to monitor and implement studies and to provide coordination and management of Intramural Research Program (IRP) and IRB regulatory requirements. � Project Requirements � See Attached Statement of Work for details. ����������� Delivery Requirements/Period of Performance Base Period: ������������� April 1, 2020 � March 31, 2021 Option Year 1: ����������� April 1, 2021 � March 31, 2022 Option Year 2: ����������� April 1, 2022 � March 31, 2023 Place of Performance The place of performance shall be the National Institutes of Health, National Institute of Mental Health (NIMH), NIH Bethesda Main Campus, specifically, but not limited to,building 10. Contract Type The Government intends to issue a labor hour purchase order for this requirement. Invoicing shall be in accordance with the Prompt Payment Act and payment shall be made via Electronic Funds Transfer (EFT). Response Format Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the salient characteristics of the product.� The offeror must indicate in their response as to whether the brand-name or equal product proposed can or cannot meet the salient characteristics as stated in this combined solicitation synopsis.�� In addition, the quote must provide their company name, 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.� TECHNICAL PROPOSAL Offerors may provide up to 20, 8.5 by 11-inch pages (using no less than 10 font size) as their proposal to be evaluated by the Source Evaluation Panel. The technical submission will address the Statement of Work and be responsive to the attached evaluation factors. The 20-page technical submission limitation does not include and is in addition to the pages relating to relevant resume credentials and the price proposal. Technical submission pages in excess of this page limitation will not be considered. COST/PRICE PROPOSAL The cost/price proposal must be completed to include all costs related to the Statement of Work, including the hourly, daily and monthly rates, as appropriate, and all direct and indirect costs for the base and option years. The cost/price proposal shall be submitted in the Microsoft Excel format. LEVEL OF EFFORT � The following table is a level of effort and materials estimate.� The required skills and expertise for each position follows. This is only an estimate.� Offerors are advised to carefully review the requirement in deriving both the level of effort and the tools/materials they believe are necessary to provide their best value proposal.�� You are not bound to propose these labor categories and quantities.� Rather, offerors are expected to provide the best solution citing the labor mix and quantity required to accomplish the tasks. LaborType Base Year (est. hours) Option Year 1 (est. hours) Option Year 2 (est. hours) Psychiatric Nurse 15 hours per week for a total of 780 hours per year 15 hours per week for a total of 780 hours per year 15 hours per week for a total of 780 hours per year EVALUATION The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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. See Evaluation Criteria attachment for details. 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. ADDITIONAL INFORMATION The Offerors to include a signed copy of the provision at FAR clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019), with its offer. The Offerors to include a signed copy of the provision at FAR clause 52.204-26 Covered Telecommunications or Services Representation (Dec 2019), with its offer. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items. See Clauses attachment. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See clauses attachment. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. The price proposal must include labor costs, breakdown and rationale for other direct costs or materials, and the total amount. 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."" � CLOSING INFORMATION All responses must be received by 2:00 PM, Friday, March 6, 2020 and reference number NIMH-20-002351. Responses may be submitted electronically to robin.knightly@nih.gov, and valerie.whipple@nih.gov. Any questions must be submitted by 9:00 AM EST on Wednesday, March 4, 2020. Fax responses will not be accepted. ATTACHMENTS Attachment 1 � Statement of Work Attachment 2 � Evaluation Criteria Attachment 3 � 52.212-4 and 52.212-5 Attachment 4 � 52.204-24, 52.204-25, 52.204-26 and 52.212-3 Clauses Attachment 5 � Invoice Instructions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2d4616c780704078ba1937580d0451ec/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN05574250-F 20200229/200227230139 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.