SOLICITATION NOTICE
R -- PROFESSIONAL DEVELOPMENT SERVICES
- Notice Date
- 1/23/2023 8:54:40 AM
- Notice Type
- Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NATIONAL INSTITUTE OF HEALTH NIH-OD BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIH75N98023R00007
- Response Due
- 1/30/2023 10:00:00 AM
- Archive Date
- 02/14/2023
- Point of Contact
- MS VAN HOLLEY, Phone: 3015949439, sharmaine fagan, Phone: 3015943744
- E-Mail Address
-
holleyv@od.nih.gov, sharmaine.fagan@nih.gov
(holleyv@od.nih.gov, sharmaine.fagan@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items or commercial services 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 NIH seeks a contractor to support the Office of Research Services� (ORS) for executive coaching services to be provided for eight (8) to twenty (20) leaders within the Scientific Resources Cluster to be selected by the ORS Associate Director of Scientific Resources.� Please see the attached Statement of Work, and Evaluation Criteria for specific details. Please provide one copy of your business proposal, one copy of your technical and resumes are to be submitted separately. Your technical proposal should be a maximum of 5 pages using a 12 point Times New Roman (single spaced) and one inch margins (this does not include any resumes that are submitted or cover letter).� All documents, business/technical/resumes must be received by this office via email at the following address: holleyv@od.nih.gov no later than� January 30, �2023 at 1PM, EST. �Your technical proposal should be a maximum of 5 pages using a 12 point Times New Roman (single spaced) and one inch margins (this does not include any resumes that are submitted or cover letter).�� The North American Industry Classification Standard Code (NAICS) for this requirement is 611430 and the small business size standard is $13,000,000. The Product Service Code (PSC) for this requirement is R799. It is anticipated that a Firm-Fixed Price Contract will be awarded for a twelve (12) month base period of performance and one (1) 12-month option period. The anticipated effective date is February 13, 2023. This RFP does not commit the Government to pay any cost for the preparation and submission of a quote.� It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed procurement. Award may be made without further discussions therefore; your proposal should be submitted initially on the most favorable terms your firm can submit to the Government. The Government reserves the right to reject any or all proposals received.� It is understood that your quote will become part of the official file on this matter without obligation to the Government. 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 in paragraph�(a) is included within the attachment entitled �SPECS�. 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 �Provisions for Commercial Items�.� 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 �Provisions for Commercial Items�.� 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 �Provisions for Commercial Items�.� 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e39840ea13845f685f70e42bf4991fd/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06570554-F 20230125/230123230106 (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 |