Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

R -- Workforce Analysis Services

Notice Date
3/25/2020 5:57:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH OLAO BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIH-OLAO-OD3-RFP-5632782
 
Response Due
3/30/2020 11:00:00 AM
 
Archive Date
04/14/2020
 
Point of Contact
John Alozie, Phone: 3014968413, anne mineweaser
 
E-Mail Address
john.alozie@nih.gov, anne.mineweaser@nih.gov
(john.alozie@nih.gov, anne.mineweaser@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The National Institutes of Health, The Division of Physical Security Management (DPSM) is seeking itemized proposals from experienced vendors who can provide workforce analysis services and recommendations to DPSM leadership. In accordance with the terms of FAR 12.603: 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. The solicitation number for this requirement is NIH-OLAO-OD3-RFP-5632782 and this is a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 541612, and the small-business size standards is $15m. The statement of objectives is in the attachment entitled ""SOW - Workforce Analysis Services"". This is a fixed-price requirement. Offeror should be aware that the Government shall perform a �best value analysis� and the selection for award shall be made to the Offeror whose proposal is most advantageous to the Government, taking into consideration the technical factors listed in the SOW and the total proposed price in the attachment titled �Pricing Template�.�� The following clauses apply to this acquisition: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation-Commercial Items, is applicable. The specific evaluation criteria is included within the attachment entitled ""Evaluation Criteria - Workforce Analysis Services� Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, or submit a printout to their Online Reps and Certs. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause, as well as any addenda to the clause, are included in the attachment entitled ""Additional Provisions - Workforce Analysis Services"". The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Applicable clauses can be found in the attachment entitled ""Additional Provisions - Workforce Analysis Services"". �Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices can be found in the attachment entitled ""Additional Provisions - Workforce Analysis Services"". There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Place of Performance �Address: National Institutes of Health, 9000 Rockville Pike, Bethesda MD 20892 Offers must be submitted no later than 2:00 P.M. (EST) on Thursday, March 26, 2020. E-mail submissions only to john.alozie@nih.gov �by required response time.� Fax submissions are not authorized.� Requests for further information or questions concerning this requirement must be submitted in writing to john.alozie@nih.gov no later than 2:00P.M. (EST) on Thursday, March 05, 2020. Please include the solicitation number on all your communications. Primary Point of Contact John Alozie � � � � � � Contract Specialist � � � � � � � Phone: 301-496-8413. � � � � � � �Email: �john.alozie@nih.gov �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b5e82a06e56a40199286e074c981ab5b/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05599826-F 20200327/200325230141 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.