Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2013 FBO #4152
SOLICITATION NOTICE

R -- CHECK PAYMENTS - STATEMENT OF WORK

Notice Date
4/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2013652
 
Archive Date
5/4/2013
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of work for Check payments Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; 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 being issued as Request for Quotations (RFQ) NIHLM2013652. This solicitation document incorporates provisions and clauses that are in effect in the March 2005 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition IS a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 541618. Experience has shown that prompt payment to volunteer study participants is essential for both the recruitment and retention of volunteers as study participants. Consequently, on-site payment to volunteers on the day of hospital discharge or at the completion of outpatient studies is a requirement of the contract. It is also essential that the contractor maintain a bank account with a financial institution represented in the greater Phoenix metropolitan area for the purpose of issuing payment checks. The contractor shall provide subject matter expertise in the specialized field of preparing and administering payments to research volunteers and be knowledgeable about the issues associated with payment of said volunteers. The Contractor shall support the participation of American Indians and non-Indians who volunteer for approved medical research projects conducted by the NlDDK. Checks shall be delivered to PIMC Campus: Building One (1550 E. Indian School Rd.) and PIMC 5th floor (4212 N. 16th Street) from 11:00 A.M. to 12:00 Noon (Monday - Friday). Checks shall be written in amounts varying from approximately $15.00 to $3,300.00, and totaling approximately $15,000 -$20,000 per month with a minimum of $25,000 and a maximum of $250,000 for the first year. The purchase order term will be for a 12-month period from date of award with 4 option years. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a), "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered." The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Contract Terms and Conditions - Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar service was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. All responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis on April 19, 2013. The quotation must reference "Solicitation number" NIHLM2013652. Sources having the ability to provide the professional services described above shall provide clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Verne Griffin, Business Opportunity Specialist, at 301-594-7730. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 11:00 AM LOCAL TIME ON April 19, 2013 Additional Point of Contact - Maxwell J. Kimpson at kimpsonm@mail.nlm.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2013652/listing.html)
 
Record
SN03030087-W 20130407/130405234450-41323bd834bedc7f020ec6ff3d10934b (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 |
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.