SOLICITATION NOTICE
R -- Collaborative Neuropsychiatric Disorders Research and Research Support for Clinical and Translational Neuroscience Branch
- Notice Date
- 6/9/2023 12:10:06 PM
- 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
- NIMH23003414
- Response Due
- 6/15/2023 6:00:00 AM
- Archive Date
- 06/16/2023
- Point of Contact
- Robin Knightly
- E-Mail Address
-
Robin.knightly@nih.gov
(Robin.knightly@nih.gov)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Collaborative Neuropsychiatric Disorders Research and Research Support for Clinical and Translational Neuroscience Branch �(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 NIMH23003414 and the solicitation is issued as a request for proposal (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 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 2023-04, with effective date June 2, 2023. (iv)������ The associated NAICS code 518210 and the small business size standard is $35M.�� This acquisition is restricted and available for Women Owned Small Business (WOSB) Set-Aside. (v)������� This requirement is for the following services: � The National Institute of Mental Health (NIMH) is seeking qualified contractor support 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. (vi)������ 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 (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance for this requirement is one (1) 12-month base period and two (2) 12-month option periods. (viii)���� 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. (ix)������ The specific requirements for this acquisition are specified in the attached Statement of Work. (x)������� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.217-8, Option to Extend Services (Nov 1999). FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (xi)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition.� (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: �(i) Professional Expertise;� (ii) Technical Expertise; and (iii) Past Performance �See Technical Evaluation Criteria attachment for specific details. ����������� Technical factors when combined are more important than cost or 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.� (xii)����� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xiii)���� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xiv)���� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xv)����� 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 it relates to the technical 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. (xvii)��� The following is only an estimate.� Offerors are advised to carefully review the requirement in deriving the level of effort they believe is necessary to provide their best value proposal.� The offeror is not bound to propose using the below assumptions.� Rather, offerors are expected to provide the best solution citing the labor mix and optional travel to accomplish this task. ����������� The estimated level of effort for this requirement is detailed below.� This level of effort is estimated for the base period and subsequent option periods.� The Government�s estimated level of effort was created using historical data obtained from previous acquisitions of similar work. ����������� 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 The Unique Entity ID from SAM.gov, 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 9:00 a.m., Eastern Time, on June 15, 2023, and reference Solicitation Number NIMH23003414. Responses must be submitted electronically to Robin Knightly, Contracting Officer at Robin.Knightly@nih.gov. Fax responses will not be accepted. ATTACHMENTS �SOW; Technical Evaluation Criteria; FAR 52.204-24 (Nov 2021); FAR 52.204-26 (Oct 2020); FAR 52.212-3 (Nov 2021); FAR 52.212-5 (Mar 2023); and IPP Invoice Instructions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5e6e94b96fa14eb88e7532198a050724/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06710553-F 20230611/230609230114 (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 |