SOLICITATION NOTICE
R -- All Other Professional, Scientific and Technical Services
- Notice Date
- 2/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-(DE)-2006--102-DDC
- Response Due
- 9/22/2006
- Archive Date
- 10/7/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The National Heart, Lung, and Blood Institute (NHLBI) Consolidated Operations Acquisition Center (COAC) for the National Institute of Dental and Craniofacial Research (NIDCR) intends to issue a purchase order on a non competitive basis to Dr. Timothy Iafolla, 14220 Cervantes Avenue, Darnestown, Maryland 20874, for consulting services for the National Institute of Dental and Craniofacial Research (NIDCR), Office of Science Policy and Analysis (OSPA), Office of the Director (OD), to develop, coordinates science policy, program planning and evaluation for the NIDCR, OSPA. The statement of work is as follows: Background: The Office of Science Policy and Analysis, NIDCR, develops and coordinates science policy and program planning and evaluation for the NIDCR; serves as liaison with government, academic and private sector planning, evaluation, science policy, legislative and survey agencies and organizations; develops, maintains and update the Institute?s science and classification/coding system, designs and prepares reports on NIDCR scientific programmatic and funding activities; develop, coordinate programs and evaluate of activities, as appropriate, and assesses the content, significance, and effectiveness of NIDCR research, research training and science transfer/health promotion programs; and directs and coordinates the legislative liaison, legislative tracking and analysis for the Institute. To fulfill its health analysis function, OSPA needs to have ready access to the latest scientific developments in topics that have major public health importance. Contractor Responsibilities: Specifically, the Contractor will review current literature, including the prevalence/incidence of conditions, cost savings or cost effectiveness, benefits and potential harms if appropriate; provide a background and history of NIDCR funding and involvement in the selected oral health topics; summarize recent scientific accomplishments from NIDCR-funded extramural and NIDCR intramural researchers in the selected topics; summarize future NIDCR plans and highlight congressional issues of interest for the selected topics; and prepare written summaries of selected oral health topics. These responsibilities may change over time to reflect the immediate needs of OSPA. Government Requirement: The Government will provide working space and access to telephones, computers, the internet, and all material needed to evaluate the ongoing research and to prepare the requested reports. The Government will also provide direct oversight of the contractors activities and will review any documents prior to contacting outside agencies or individuals. Reporting Requirements: The Contractor shall work closely with the Director, OSPA, and the Planning and Evaluation Officer, OSPA. The contractor shall report on ongoing activities on a daily basis. Dr. Timothy Iafolla has a extensive experience in dental public health and public health research including reviewing and evaluating emerging issues in epidemiology, treatment and prevention of dental diseases. Dr. Iafolla also has knowledge of the literature on fluoride, fluoridation and dental amalgam literature, knowledge of research design and biostatistics. Specifically, Dr. Iafolla has significant knowledge, skills, and experience with the NIDCR, ODPA. The sole source determination is based upon the knowledge, skills and expertise Dr. Iafolla?s possess of the NIDCR, OSPA. An award to any other source would affect the Institute?s anticipated outcome based upon Dr. Iafolla?s experience, and would not provide any cost savings to the Government. The North American Industry Classification System (NAICS) Code is 541990 and the Size Standard is $6.0M. This is a small business set-aside requirement. This acquisition is being conducted under simplified acquisition procedures, and is exempt from the requirements of FAR Part 6, Competition Requirement. Responses to the synopsis will be evaluated on the following criteria: Understanding of the Technical Requirements and Adequacy of the Proposed Approach (45 points). Understanding of the kind of support required, the quality, creativity, and innovativeness of the technical approach, and the effectiveness of the approach as demonstrated by the proposal. The offeror must clearly describe the proposed processes for performing the work under each task (as opposed to repeating the requirements). The evaluation will focus on the offeror?s demonstrated innovation and creativity and ability to achieve the task. Qualifications of Personnel (30 points). Documented experience, qualifications, and availability of proposed personnel. Supporting materials should include a curricula vita containing all relevant experience of proposed personnel as related to the requirements. Past Performance (25 points). Experience of proposed personnel and the organization as it pertains to the requirement and past performance reports from previous contracts. Experience in projects similar to description in the statement of work. At least three (3) references documenting past performance?s experiences and completion of projects. The proposal shall include the Offeror?s loaded hourly rate, prompt payment terms, business size, Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs). The Offeror must also register in the Government?s Contractor Registry System note: www.ccr.gov. Proposals are due February 22, 2006, by 8:30 a.m. local time. The notice of Intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in responses to this synopsis. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely with the discretion of the Government. Comments to this announcement, referencing synopsis number ?NHLBI-PB-(DE)2006-102-DDC? may be submitted to the National Heart, Lung and Blood Institute, Consolidated Operations Acquisition Center, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Deborah Coulter. Fax quotations will only be accepted if dated and signed by an authorized company representative.
- Place of Performance
- Address: Bethesda, Maryland
- Zip Code: 20892-7902
- Country: USA
- Zip Code: 20892-7902
- Record
- SN00983125-W 20060210/060208212055 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |