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