SOLICITATION NOTICE
R -- NINDS Organizational Development: Coaching, Training, and Consultation
- Notice Date
- 12/22/2023 4:06:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024Q00075
- Response Due
- 12/28/2023 8:00:00 AM
- Archive Date
- 01/12/2024
- Point of Contact
- Rieka Plugge
- E-Mail Address
-
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
- Small Business Set-Aside
- WOSBSS Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15)
- Description
- (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 75N95024Q00075 and the solicitation is issued as a request for quotation (RFQ). 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 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 2023-06, with effective date 12/04/2023. (iv) The associated NAICS code is 541611 Administrative Management and General Management Consulting Services, and the small business size standard is $24.5M. This requirement is restricted to Women-Owned Small Business set-aside concerns. (v) This requirement is for NINDS Organizational Development: Coaching, Training, and Consultation Support Services The estimated level of effort is 1,200 hours over a 12-month period. (vi) The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), which is the largest biomedical research organization in the world. NINDS is dedicated to understanding the fundamental knowledge about the brain and nervous system and to use that knowledge to improve the health and well-being of all people. The NINDS has a $2.8 billion total appropriations for funding to researchers and institutions across the United States, allowing them to pursue a wide range of research projects in areas such as basic and translational research, clinical trials, and public health initiatives. NINDS embraces approaches which enable staff-driven pursuit of organizational and operational excellence and the transitioning of the Institute to a shared leadership/corporate decision-making organization that exhibits collaboration, transparency, process improvements, and staff engagement. NINDS, through the CORE IDEALS workforce culture framework, seeks to weave into the organization a growth mindset in which leaders act with self-awareness and model and promote collaboration and innovation. The Institute has a need for its leaders to develop and strengthen skills in leading change and understanding how to implement continuous improvement in a way that fosters a growth mindset and promotes equity. Leaders need direction in how to engage in shared problem solving and collaborative conflict resolution. NINDS seeks leadership development advisement that enables the leaders to both understand and to act within their organizational units. Please refer to Attachment 1 - Statement of Work for complete details and specifications. (vii) The Government anticipates award of a labor-hour (L-H) type purchase order for this acquisition. A resultant contract or order shall include a ceiling price that the contractor exceeds at its own risk. The period of performance shall include one 12-month base period effective at time of award anticipated to begin on January 4, 2024 through January 3, 2025. (viii) Please refer to Attachment 5 � Additional Terms and Conditions for the terms and conditions applicable to this acquisition. (ix) Comparative Evaluation The Government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. 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. Factor One (1) � Technical Approach The offerors technical approach will be evaluated on their understanding of the objectives of the SOW and planned execution of the project. This refers to the manner in which the offeror proposes to plan, manage, control, and provide the services and deliverables. The extent to which the Quoter understands the problems, issues, constraints, organizations, and system(s) involved and the approach and methodologies proposed to ensure successful accomplishment of the work will be evaluated. The firm�s approach demonstrates the ability to address the anticipated potential problems, issues, constraints, and creativity and feasibility of solutions to problems and future integration of new processes and enhancements. Demonstrates the sufficiency of its approach to engaging the customer to obtain and/or share information required for the migration and implementation, including requirements gathering sessions, project status meetings, training approach. Degree to which the Quoter�s quote demonstrates an understanding of cost management, schedule management, and performance management, and any other miscellaneous issue of which the Government should be aware. Factor Two (2) � Personnel Qualifications/Resumes The strength of the offeror�s certification training process for its personnel receives, maintains professional credentials, the experience of its personnel, and the continuing learning opportunities available to its personnel. The overall strength of the proposed key personnel including education professional certifications / credentials and the currency, quality, and depth of experience of individual personnel working on similar projects (size, scope, magnitude, duration, and complexity etc.) Factor Three (3) � Prior Demonstrated Experience Degree to which the Quoter demonstrates prior experience, directly relevant to the technical and business solution. The number of demonstrated prior experience contracts successfully executed in the past 3 years. (x) The following are applicable and included in full text: Offerors must include with its offer/quotation a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (NOV 2023), with its offer (Attachment 2). 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. Offerors must also include with its offer/quotation the completed and signed copies of the provisions at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) and 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) pursuant to FAR 4.2103 Procedures (Attachment 3). FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (DEC 2023) � Attachment 4. A resultant contract or order shall contain HHSAR clause 352.232-71 and use IPP upon award. Please refer to Attachment 6 - NIH Invoice and Payment Provisions with IPP (Updated 3/21/2023). (xi)�There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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. See Attachment 7 - Pricing Table that Offerors may use as a suggested format to submit with its offer. 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/quotations must be received by 11:00 A.M., Eastern Standard Time, on December 28, 2023, and reference Solicitation Number 75N95024Q00075. Responses must be submitted electronically to Rieka Plugge at rieka.plugge@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, please contact the Contracting Officer on (301) 827-7515 or at rieka.plugge@nih.gov. �� (xiv) Solicitation Attachments: Attachment 1 - Statement of Work (SOW) Attachment 2� - FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (NOV 2023) Attachment 3 - FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) and 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) Attachment 4 - FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (DEC 2023) Attachment 5 - Additional Terms and Conditions Attachment 6 - NIH Invoice and Payment Provisions with IPP (Updated 3/21/2023) Attachment 7 - Pricing Table
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f58753c3d5914e91a603a8bf93835885/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06920857-F 20231224/231222230046 (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 |