Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

U -- NIA Organizational Development Support

Notice Date
6/17/2024 7:04:53 AM
 
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
75N95024Q00328
 
Response Due
7/17/2024 12:00:00 PM
 
Archive Date
08/01/2024
 
Point of Contact
Rashiid Cummins
 
E-Mail Address
rashiid.cummins@nih.gov
(rashiid.cummins@nih.gov)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (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 75N95024Q00328 and the solicitation is issued as a request for quotation (RFQ). (iii)�The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05, with an effective date May 22, 2024. (iv)�The associated NAICS code is 541611 and the small business size standard is $24.5 million. This requirement is set-aside for Women-Owned Small Businesses. (v)�This requirement is NIA Organizational Development Support Services. Please see the attached Statement of Work (SOW) for detailed requirements. (vi)�The National Institute on Aging (NIA) one of the 27 Institutes and Centers of the National Institutes of Health (NIH), leads the federal government in conducting and supporting research on aging and the health and well-being of older people. The Institute seeks to understand the nature of aging and the aging process, and diseases and conditions associated with growing older, in order to extend the healthy, active years of life. In the past few years, NIA has received bipartisan congressional support, leading to substantive increases in federal appropriations. With the rapid financial growth comes an increase in staffing required to manage the increasing workloads. In addition to increasing workloads, the NIA, along with all people and federal agencies, has also been impacted by the Covid-19 pandemic, which has forced the workforce to adapt to a remote and hybrid work environment. The NIA Extramural Research Program (ERP) is comprised of 8 divisions and approximately 15 offices and scientific divisions that work closely together to support NIA�s operations, workforce, and research. Staff also vary in their experience with NIH and the federal government, with several being hired from outside of the organization or federal government. NIA has a blended workforce with both FTE and non- FTE staff. New rapid growth demands enhanced engagement among individual employees and from the team collectively. To do this effectively, employees need the skills and resources to effectively build trust across organizational boundaries to accomplish organizational goals during times of growth. The future of work at the NIA is constantly evolving as a result of the pandemic. With guidance and policies changing across the federal government, NIA employees and supervisors have indicated that they desire tools and resources to effectively manage the future of a hybrid work environment. NIA leaders are seeking creative ways to connect with their staff in the virtual setting and maintain the connection that is often accompanied by in-person interactions by creating a positive and productive environment where high engagement meets high performance. (vii)�The Government anticipates award of an IDIQ contract with firm fixed-price (FFP) task orders for this acquisition with a maximum ceiling of $650,000.00. The anticipated ordering period is 3 years. (viii)�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 (SEPT 2023) FAR 52.212-3 Offeror Representations and Certifications � Commercial Items (MAY 2024) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 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 2023). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.216-18, Ordering (Aug 2020). Fill Ins to be completed at award FAR 52.216-19, Order Limitations (Oct 1995). Fill ins to be completed at award 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 incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 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 (MAY 2024) NIH Invoice and Payment Provisions (ix)�The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Please see attached �D-Attachment-Evaluation Factors� 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. (x)�Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2024), 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. (xi)�The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (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 for each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 questions must be received by June 26, 2024 12:00 PM Eastern, and reference Solicitation Number 75N95024Q00328. Questions may be submitted electronically to Rashiid Cummins, Contract Specialist, at rashiid.cummins@nih.gov Answers to questions received will be posted as an amendment to this solicitation as soon as possible. All quotations/proposals must be received by July 17, 2024 3:00 PM Eastern, and must reference solicitation number 75N95024Q00328. Responses must be submitted electronically to Rashiid Cummins, Contract Specialist, at rashiid.cummins@nih.gov Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b2f34cbd370c49efa3dec12a475f32f2/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN07099384-F 20240619/240617230116 (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.