Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1996 PSA#1658

NIH, OPM, Acquistions Branch A, EPS, Rm 801, Rockville, Maryland 20892-7260

R -- PROFESSIONAL SUPPORT SERVICES SOL 263-96-P(AO)-0031 DUE 083096 POC Mr. Grege Holliday, Contract Specialist, Acquisition Branch A, 6120 Executive Boulevard, EPS/892, Rockville, Maryland 20892 (301) 496-3069. 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 is 263-96-P(AO)-0031 and the solicitation is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 90-38. The Standard Industrial Classification (SIC) Code is 8741. This requirement is a small business set-aside. The National Institutes of Health, Office for Protection from Research Risk has a requirement for a contractor to support the activities of National Bioethics Advisory Commission (NBAC). The NBAC provides guidance to Federal agencies on the ethical conduct of current and future human biological and behavioral research. The services needed require advanced education and training, and involve intellectual skills, in ethical issues connected to biomedical or behavioral research involving human subjects. In specific, please submit pricing in accordance with the Contract Line Item Numbers (CLIN) identified below: CLIN 001 -Broad responsibility to assist in the review, analysis and preparation of NBAC reports concerning bioethical issues arising from research human biology and behavior. It is estimated that the contractor will provided assistance in 6 to 9 reviews, analysis and reports. CLIN 002 - formulation and coordination of 4 to 6 meetings, briefings, and reports on the various activities and initiatives undertaken by the Commission. The period of performance is 10 months, estimated to commence on September 1, 1996 and continue through June 30, 1997. It is anticipated that the contractor will work 40 hour weeks. One month after the contract start date, and at monthly intervals thereafter, the contractor will provide a written account of the support activities provided to NBAC, with specific reference to (1) report on contractor's recommended scheduling (date, time, and agenda) of NBAC meetings, (2) report of meetings and hearings held, (3) report of appearance of press accounts of NBAC activities, (4) report on contractor's communication with Commission Chair and members, (5) report of NBAC staff activities and support of Commissions objectives, (6) report on contacts between Commission and Executive Branch, Congress, and State officials, (7) report on topics offered by the contractor for consideration by the Commission, and (8) report on other major NBAC activities of the preceding 30 days. Deliverables shall be provided to the Deputy Director, Office for Protection from Research Risk, 6100 Executive Boulevard, Suite 3B01, Rockville MD, 20892. The contractor will perform these services in an office environment at Suite 3C01, 6100 Executive Boulevard, Rockville, Maryland. The provision at FAR 52.212 Instructions to Offerors-Commercial applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Item applies with the following specific evaluation criteria to be included in paragraph (a), (i) technical capability of the item offered to meet the Government Requirement and (ii) price. Technical proposal is significantly more important than cost. Evaluation of the specific evaluation criteria will be based on information submitted in response to this RFP. It is recommended that proposals for supplying these services demonstrate the following, 1) the contractor's knowledge of biomedical research involving human subjects, including the complicated and diverse ethical issues associated with such activities, 2) the contractor's ability to develop a comprehensive plan for carrying out analyses and preparing reports, 3) the contractor's ability to work effectively with individuals at all levels of the Federal Government, academia, and the general public, 4) the contractor's experience in interpreting current Federal Regulations for the protection of human subjects and working knowledge of their historical development, and 5) the contractor's ability to plan, organize, and guide the daily activities of a national advisory commission. Offerors are cautioned to submit proposals on the most favorable basis, since the Government may elect to make an award without further discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications- Commercial Items with it offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52212-5, Contract terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items applies to this acquisition and includes the following FAR Clauses: FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, and FAR 52.222-36 Affirmative Action for Handicapped Workers. Interested parties shall submit a proposal and information pertaining to this requirement set forth in this announcement to the National Institutes of Health, Office of Procurement Management, 6120 Executive Blvd., Room 892, Rockville, Maryland 20852, Attn: Gregory Holliday. Proposals pertaining to this requirement must be received by 10:00 AM Eastern Time on August 30, 1996. Proposals received at the address specified for the receipt of proposals after the exact time specified will not be considered. For information regarding this solicitation contact Gregory Holliday at (301) 402-3069. See Numbered Note(s): 1. (0225)

Loren Data Corp. http://www.ld.com (SYN# 0107 19960813\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page