SOLICITATION NOTICE
R -- National Institute of Biomedical Imagining and Bioengineering Ethics Support Services
- Notice Date
- 12/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting 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, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-(EB)-2011-052-KCC
- Archive Date
- 1/11/2011
- Point of Contact
- Kenya Crawford, Phone: 3014350358
- E-Mail Address
-
crawfordke@nhlbi.nih.gov
(crawfordke@nhlbi.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE for commercial items, prepared in accordance with the format of FAR 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. This solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted under the procedures in accordance with FAR 13.3 Simplified Acquisition Methods, and FAR Part 13.5 – Test Program for Certain Commercial Items. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-47. The acquisition is being conducted as a competitive, full and open. The North American Classification System (NAICS) code applicable to this requirement is 541611 and the associated small business size standard is $5M. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the National Institute of Biomedical Imaging and Bioengineering intends to award a single, fixed priced purchase order for the purchase of professional support services to provide expert assistance and support in functions related to Ethics actions and analyses. Specifically, the Contractor shall perform the following tasks: (1)Assist with solicitation, processing, tracking, analysis and follow-up of all Confidential Financial Disclosure Forms (OGE-450) such they can be certified by Deputy of Ethics Counselors (DECs); (2)Assist with solicitation, processing, tracking, analysis and follow-up of all Public Financial Disclosure Forms (SF-278) using the NIH Enterprise Ethics System such that they can be certified by the DEC; (3)Assist with solicitation, processing, tracking, analysis and follow-up of all Annual Report of Outside Activities (HHS-521) forms such that they can be certified by the DEC; (4)Assists with the preparation and submission of the annual ethics training report; (5)Assists with coordinating and reviewing other ethics activities as needed, including official duty activities, outside activities, honorary degrees, awards, widely attended gatherings, CRADAs, clinical protocols, Material Transfer Agreements, waivers and authorizations, HHS-716 review, and the like, so that they can be signed by the DEC; (6)Assists with reviewing travel documentation for ethics purposes (i.e. sponsored travel); (7)Provide ethics training to NIBIB staff; (8)Attend meetings of the DECs and Ethics Coordinators; (9)Assists with responding to ad hoc ethics inquiries from Institute staff; (10) Assists with the preparation of other reports as may be requested by the NIH Ethics Office during the course of the project period; (11) Transfer ethics records to other Institutes and Centers as appropriate; and (12) Assists as the NIBIB Ethics Liaison with the NIH Ethics Office It is anticipated that the level of effort shall not exceed a maximum of 20-hours per week. The anticipated period of performance for this proposed acquisition is 12-months from the award date. The Contractor shall work within the Office of Administrative Management (OAM), NIBIB. With the concurrence of the Director, OAM, the Contractor may be able to prepare and/or review certain documents off-site; however, a telework location will not be provided by the Government. The Contractor shall abide by requirements set by the Director, OAM for telework activities such as compliance with Privacy Act requirements and maintaining records, files, and all work materials in a safe and controlled area. The Government will provide the Contractor with a suitable work area with standard office furniture, telephone, computer equipment, access to needed documents stored in a secured area, and appropriate access to software to perform their assigned task. This requirement does not anticipate travel. Technical Evaluation Criteria: FACTORWEIGHT 1.Work experience as a Federal Ethics Counselor or Ethics Coordinator, preferably as Specialist……………………………………………………….....20 points 2.Specific work experience related to the Departmental (HHS) Ethics Program…15 points 3.Knowledge and understanding of ethics related issues pertaining to government employees and; a.Approval of and Reporting on Outside Activities……………….10 points b.Confidential and Public Financial Disclosure Statements……….10 points c.Political Activities and the Hatch Act……………………………..5 points d.Employees’ Post Employment Restrictions………………………..5 points e.Advisory Committee and Special Government Employee………...5 points f.Rules on Gifts and Conferences/Widely Attended Gatherings……5 points g.Orientation of New Employees………………………………….…5 points 4.Cost……………………………………………………………………………….20 points The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The purchase order award will be made to the Offeror whose quote meets the Government’s need. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must ensure a current ORCA (FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items) with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. NOTE: The Offeror must be registered in the Government’s Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award from the NIH, NHLBI. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with a quote in response to this combined solicitation/synopsis should submit their quotation to the below address: Ms. Kenya C. Crawford Contracting Officer National Heart, Lung and Blood Institute Office of Acquisitions COAC Services Branch 6701 Rockledge Drive, Room 6148 Bethesda, Maryland 20892-7902 The electronic (email address: crawfordke@mail.nih.gov) transmissions must reference the solicitation number: NHLBI-CSB-(EB)-2011-031-KCC. Responses must be received in either MS Word, or Adobe Portable Document Format (PDF), by January 5, 2011, 9:00 AM EST. All responses must be received by the specified due date and time in order to be considered. All responsible sources may submit a quotation/proposal, which if timely received, shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(EB)-2011-052-KCC/listing.html)
- Record
- SN02348357-W 20101223/101221234255-1f5732fe5acf85b7d059f6e5a2a42763 (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 |