Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
MODIFICATION

R -- NIH Visual and Medical Arts A-76 Study

Notice Date
3/10/2004
 
Notice Type
Modification
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
Reference-Number-VMA76zlg-la04
 
Response Due
3/26/2004
 
Point of Contact
Zetherine Gore, Contracting Officer, Phone 301-402-9671, Fax 301-435-3957, - Lisa Adams, Contract Specialist, Phone 301-435-3890, Fax 301-401-1141,
 
E-Mail Address
zgore@nih.gov, adamsl@od.nih.gov
 
Description
DRAFT PERFORMANCE WORK STATEMENT (PWS) NIH VISUAL AND MEDICAL ARTS SERVICES A-76 STANDARD COMPETITION The National Institutes of Health (NIH) is posting a DRAFT PWS for comments and/or questions. It is also conducting a market survey to determine the availability and potential technical capability of businesses to provide all management, supervision, administration, and labor to provide Visual and Medical Arts Services. Questions/Comments regarding the PWS will only be accepted via email to the attention of Zetherine Gore at zgore@nih.gov or Lisa Adams at adamsl@od.nih.gov QUESTIONS/COMMENTS MUST BE RECEIVED BY MARCH 26, 2004. Additions/Corrections will be reflected in the final PWS, therefore do not expect responses to questions/comments. This standard competition will be conducted IAW the rules of the OMB Circular A-76 (Revised May 29, 2003). The Competitive Sourcing Official (CSO) is Dr. Ed Sontag, Assistant Secretary for Administration and Management, Department of Health and Human Resources. The Agency Tender Official (ATO) is Shirl Eller. Once the PWS is finalized, the Government reserves the right to convert this procurement to one of the various Federal small business programs should results of the market research/survey and other such activity demonstrate that necessary criteria is met to support small business set-aside programs. The draft Performance Work Statement for Visual and Medical Arts Services weblink is: http://www.nih.gov/od/olao/oa/contracts/A-76-fy04.html The Visual and Medical Arts Services will be provided at the following sites: the NIH campus in Bethesda, Maryland and other NIH facilities located in Montgomery County, Maryland. These services are currently provided by sixty-two (62) government personnel and the following incumbent service providers: (1) American Institute for Research, (2) Aspen Systems Corporation, (3) Capital Consulting Corporation, (4) Circle Solutions, (5) Exhibits Unlimited (6) Equals Three Corporation, (7) GYMR, (8) The Hill Group, (9) International Development and Resources, (10) Lockheed Martin Services, Inc., (11) Mednav, Inc., (12) National Osteoporosis Foundation, (13) Ogilvy, and (14) Z-Tech Corporation. The contract will be for one 12-month base year with four 12-month options. This standard competition will comply with the new schedules mandated in the proposed revision to OMB Circular A-76. Therefore the following schedule will be required for 2004. The solicitation will be released on or about April 21, 2004. To be eligible for consideration under this acquisition, Past Performance and Position Description information must be submitted by May 10, 2004. The written elements of the technical and cost proposal will be due on or about June 10, 2004. Oral presentations/Discussions may be scheduled within a week to ten days of proposal submission. The evaluation and cost comparison results will be announced by September 15, 2004. It is recognized that Circular A-76 requires very compressed proposal preparation schedules. NIH may also conduct pre-proposal meetings. NIH will issue other notices when further information is available. The applicable and predominant North American Industry Classification System (NAICS) code is 541430 - Graphic Design Services, with a size standard of an average of $6.0 million dollars over the last 3 years. The NAICS code numbers 541922-Commercial Photography, and 512110 - Motion Picture and Video Production may also make up a portion of the requirement. If your organization has the corporate capability and expertise to perform this type of service, provide the following information about your company: 1) Company name, address, email address, website address and telephone number, and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.. Please also specify the size of the company (e.g., small, large, university or nonprofit), as well as the ownership type (e.g., 8(a), disadvantaged, woman, veteran, service-disabled veteran), and/or whether the firm is located in a Historically Underutilized Business Zone (HUBZone). THERE IS NO SOLICITATION AT THIS TIME. The Government will evaluate the capability packages using the following criteria: 1) experience as a prime contractor providing administrative support services consistent in scope and scale with those described in the above outline and the final performance work statement to be posted in FedBizOpps at a later date; 2) Experience in securing and applying the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) Experience in implementing a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel; and risk mitigation; and 4) Experience in providing services under a performance based service acquisition contract including a brief description of the work being done under the contract, key performance indicators and the company?s performance record under the contract. Interested firms responding to this market survey are encouraged to structure capability statements in the order of the evaluation criteria above. Tailored capability statements should address organizational and staff experience and expertise to provide the required services. Firms should present focused and pertinent information about their company, and its products and services in response to this market survey and the requirements of this effort. If significant subcontracting or teaming effort is anticipated by small business in order to deliver technical capability, firms should address the administrative and management structure of such arrangements to demonstrate that small business prime contractors can maintain labor, technical, and management control of the project, meeting the ?limitations on subcontracting? imposed on small business set-asides. Taking into account the magnitude of the scope of this effort, firms also should address the capacity of their financial infrastructure to deliver contract performance. Although no geographic restriction is anticipated, interested firms located outside the Washington Metropolitan area should indicate in its response, how the firm would coordinate with the agency program office to provide support to multiple sites. Again, THERE IS NO SOLICITATION AT THIS TIME, This request for information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary for which the Government assumes no financial responsibility for any costs incurred. The solicitation and amendments will only be available on-line at the FedBizOpps web page at http://www.fedbizopps.gov on or about April 21, 2004. Prospective offerors are responsible for downloading the Solicitation and all attachments. It is the offeror?s responsibility to monitor the FedBizOpps web page for release of the solicitation and any amendments. Firms responding to the market survey of this notice should provide three (3) copies of a tailored capability statement to Zetherine Gore, National Institutes of Health, 6011 Executive Boulevard, Room 537C, Bethesda, Maryland 20892 NO LATER THAN MARCH 26, 2004 at 1:00 p.m. local time. If hand delivering, or using a courier service, use the following city, State and Zip Code: Rockville, MD 20852. If your firm submitted a response to the initial market survey, posted in FedBizOpps on February 9, 2004, and you would like to amend your response to include additional information based on the availability of the draft PWS, please provide (3) copies of any such amendments NO LATER THAN MARCH 26, 2004 to the contact and respective addresses cited above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Bethesda, Maryland, and other facilities in Montogomery County, Maryland
 
Record
SN00542999-W 20040313/040311224442 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.