Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2013 FBO #4305
SOLICITATION NOTICE

B -- Enhancing the Comparability of SHARE with HRS and ELSA - Attachment1

Notice Date
9/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-2013-001-dch
 
Archive Date
10/5/2013
 
Point of Contact
Debra C. Hawkins, Phone: 3014352178
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
solicitation in 'pdf' format (i) 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. (ii) The solicitation number is HHS-NIH-NIDA-(SS/SA)-2013-001-dch and the solicitation is issued as a Request for Proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006-69, dated September 3, 2013. (iv) The associated NAICS code is 541990-All Other Professional, Scientific and Technical Services and the small business size standard is $14.0 Million. (v) Project Title: Enhancing the Comparability of Survey of Health, Aging, and Retirement in Europe Study with the United States Health and Retirement Study and the English Longitudinal Study of Aging (vi) Background: The National Institutes of Health (NIH) National Institute on Aging (NIA) seeks to support data harmonization and enhancement activities in the context of the NIA supported United States Health and Retirement Study (HRS) and English Longitudinal Study of Aging (ELSA), nationally representative longitudinal surveys of older populations with comprehensive data to support interdisciplinary research. The NIA Strategic Plan calls for internationally comparable datasets to permit cross-national health research. The requested activities will advance NIA objectives though alignment of the ongoing Survey of Health, Aging, and Retirement in Europe Study (SHARE) instruments, interviewing protocols, and data dissemination with the HRS and the English Longitudinal Study of Aging (ELSA). To this end, NIA wishes to contract with an organization to continue supporting harmonization activities for the SHARE study. Specific Tasks: This project consists of three (3) severable tasks as outlined below. Tasks one (1) and Task (2) must be completed with 14-months from the date of the award. Task three (3) is an optional Task to begin upon the successful completion of Tasks 1 and 2. Task 1: Enhancing the Comparability of SHARE Wave 5 with the HRS and ELSA - Adding Denmark to Wave 5 This Task covers activities designed to enhance the comparability of SHARE with the HRS and ELSA. An ongoing contract with NIA covers the collection of SHARE wave 5 as per the subtasks identified below for several SHARE countries, but does not include collection of data in Denmark. This contract replicates the wave 5 tasks of the ongoing contract in Denmark. Subtask 1.1: Improvement of interviewing technique through HRS-style training for Denmark team The objective of this subtask is to complete production of HRS style training for SHARE interviewers. Specifically this subtask includes interviewer training, response and retention activities, and performance measure and biomarker collection for Wave 5 of SHARE specifically re-interviewing all members of the longitudinal SHARE sample in Denmark. Trainers and Interviewers must complete a 1-day of self-practice and simulations of actual survey situations that will shift the training procedures of SHARE much closer to HRS standards. For previous waves of SHARE, the Survey Research Center (SRC) at the University of Michigan at Ann Arbor has developed a train-the trainer program which trains both general interviewing techniques as well as SHARE-specific contents (purpose, contents of questionnaire, procedures to ascertain equal treatment across all countries), closely modeled after the HRS. Trainers must complete the Train-the Trainer (TTT) program. The TTT will have two stages, at stage 1, two representatives of all participating survey agencies are trained in English. At stage 2, these representatives train the interviewers in their own country and language. Country team leaders participate at both stages. SHARE will update the material provided by SRC in coordination with HRS and ELSA to the new waves and the new countries. Self-practice and simulation will be highly structured in order to make sure that the same procedures are adhered to in all SHARE countries for maximum cross-national comparability within SHARE and with HRS and ELSA. Evaluations of the training sessions will be conducted by two observers who are lead trainers of the SHARE Train-the-Trainer program. The observers will submit an observation report before the start of the data collection. Trainers and Interviewers must complete the National Training Session (NTS) required for all Interviewers before starting interviewing. Subtask 1.2: Administering field work data collection including physical performance measures and biomarkers in Denmark - SHARE Wave 5 Data collection of the longitudinal samples started immediately after the NTS. Interviews will be selected from a pre-load sample of all individuals who have participated in earlier SHARE waves (about 2200 persons). SHARE will administer grip strength, and alternate chair stand and peak flow to obtain a triad of performance measures. The inclusion of performance tests and biomarkers comparable to HRS facilitate harmonization of objective measures that can then be used to compare and adjust self-reported measures of health. To guarantee comparability with HRS and ELSA, SHARE will follow the protocol that was used in HRS and ELSA to select respondents for whom the test is safe. Tests will be performed by experienced trained interviewers (Subtask 1.1). SHARE will take dried blood spots to measure blood sugar (HbA1c) and c-reactive protein, based on the experiences collected in Germany where SHARE ran a pilot with about 1,200 cases in Wave 4. Subtask 1.3: Documentation of Activities - SHARE Wave 5 SHARE will monitor all tasks in the production of SHARE Wave 5. Post-production data processing of SHARE electronic contact protocol data will be harmonized with HRS and ELSA, so that SHARE can conduct multivariate analyses of contact sequences after completion of fieldwork comparing the three surveys. SHARE will provide statistics that can be used to evaluate the success of the applied measures document all processes and provide semi-annual reports on SHARE usage by country and publications emanating from it. A preliminary release of the data will be released 6 months after SHARE data collection. After thorough data cleaning, imputation and generating additional variables, the final release of the data will occur a year later. Task 2: Harmonized Module on Well-Being and Time-Use Administered to SHARE Respondents between Wave 5 and Wave 6 This task will apply the Day Reconstruction Method (DRM) to gather information on the quality of life of SHARE respondents that will facilitate cross and within survey country comparisons of activities and well-being. Knowledge about time-use is not only important to evaluate people's life experiences but is also a necessary ingredient to realistic labor supply and household production models that are instrumental to evaluate public policy. HRS and ELSA have developed a simplified instrument to collect information on time-use and affect. SHARE will apply the harmonized simplified version of DRM to the SHARE respondents in a special module between Waves 5 and 6 in order to spread the burden to the respondents over time (rather than adding the instrument to the regular questions asked in SHARE). SHARE will administer this module using a mixed-mode strategy: respondents with internet access will be given a web-based self-administered version of the instrument, respondents without internet access but telephone will be given the interviewer administered telephone version of the instrument, and all other respondents will be given the computerized self-administered instrument by interviewers visiting their households. SHARE will provide a post-survey report of the implementation of the DRM survey. After standard cleaning and processing the data will be made publicly available to the research community via the SHARE website after users agree to standard terms of use (i.e. agreement confirming that under no circumstances the data will be used for other than purely scientific purposes). (Optional Task) Task 3: Enhancing the Comparability of SHARE Wave 6 with the HRS and ELSA This Task covers activities designed to enhance the comparability of SHARE with the HRS and ELSA Task 3 includes interviewer training, response and retention activities, and performance measure and biomarker collection for Wave 6 of SHARE Subtask 3.1 - Improvement of interviewing technique through HRS-style training The objective of this subtask is to complete production of HRS style training for SHARE interviewers. Specifically this subtask includes interviewer training, response and retention activities, and performance measure and biomarker collection for Wave 5 of SHARE specifically re-interviewing all members of the longitudinal SHARE sample in Denmark. Trainers and Interviewers must complete a 1-day of self-practice and simulations of actual survey situations that will shift the training procedures of SHARE much closer to HRS standards. For previous waves of SHARE, the Survey Research Center (SRC) at the University of Michigan at Ann Arbor has developed a train-the trainer program which trains both general interviewing techniques as well as SHARE-specific contents (purpose, contents of questionnaire, procedures to ascertain equal treatment across all countries), closely modeled after the HRS. Trainers must complete the Train-the Trainer (TTT) program. The TTT will have two stages, at stage 1, two representatives of all participating survey agencies are trained in English. At stage 2, these representatives train the interviewers in their own country and language. Country team leaders participate at both stages. SHARE will update the material provided by SRC in coordination with HRS and ELSA to the new waves and the new countries. Self-practice and simulation will be highly structured in order to make sure that the same procedures are adhered to in all SHARE countries for maximum cross-national comparability within SHARE and with HRS and ELSA. Evaluations of the training sessions will be conducted by two observers who are lead trainers of the SHARE Train-the-Trainer program. The observers will submit an observation report before the start of the data collection for Wave 6. Trainers and Interviewers must complete the National Training Session (NTS) required for all Interviewers before starting interviewing. Subtask 3.2: Response and Retention Activities to Approach HRS Standards - SHARE Wave 6 Though response rates in the new SHARE cohorts are about equal to current HRS new cohorts, SHARE's ability to retain the sample in the longitudinal survey is significantly lower than in the HRS. This task will bring SHARE closer in line with the standards achieved by HRS, by employing three instruments: incentives to respondents, bonuses to interviewers, and standardized electronically enforced protocols in hard cases. Given the large sample of SHARE, uniform treatment for all cases would produce large costs and not uniformly improve response rates. Instead, SHARE will focus on two specific groups: respondents who cannot be contacted at first attempt, and respondents who refuse "softly" at first contact. SHARE use incentive pay to interviewers for added efforts to improve retention coupled with ex post incentives for respondents. SHARE will also employ protocols updated from protocols currently provided by SRC for HRS to encourage initially refusing respondents to participate. They will be programmed into the common electronic sample management system of SHARE to guarantee that interviewers will adhere to them in a harmonized fashion across all SHARE countries. The above mentioned bonus payments to interviewers and agencies will be made contingent on adherence. SHARE will also set up specific contact protocols for elderly who are temporally hospitalized or institutionalized, or cannot be contacted at their original address because they have been temporarily taken in by their children. Subtask 3.3: Administering physical performance measures and biomarkers - SHARE Wave 6 SHARE will administer grip strength in every wave, and alternate chair stand and peak flow to obtain a triad of performance measures. The inclusion of performance tests and biomarkers comparable to HRS facilitate harmonization of objective measures that can then be used to compare and adjust self-reported measures of health. To guarantee comparability with HRS and ELSA, SHARE will follow the protocol that was used in HRS and ELSA to select respondents for whom the test is safe. Tests will be performed by an experienced interviewer rather than a nurse, requiring additional interviewer training. SHARE will take dried blood spots to measure blood sugar (HbA1c) and c-reactive protein. SHARE Wave 6 will include full DBS collection from 15,000 estimated cases in countries based on information gathered from the Wave 5 pilot logistics results. SHARE Wave 6 will measure blood sugar (HbA1c) and c-reactive protein as markers for diabetes and inflammation using the same protocol as HRS. These measures will be cross-validated with the lab at the University of Washington (UW) which also evaluated previous HRS samples. Subtask 3.4: Documentation of Activities - SHARE Wave 6 SHARE will monitor all tasks in the production of SHARE Wave 6. Post-production data processing of SHARE electronic contact protocol data will be harmonized with HRS and ELSA, so that SHARE can conduct multivariate analyses of contact sequences after completion of fieldwork comparing the three surveys. SHARE will evaluate the success of the applied measures, document all processes and will provide semi-annual reports on SHARE usage by country and publications emanating from it. After standard cleaning and processing, the completed wave 6 data will be made publicly available to the research community via the SHARE website after users agree to standard terms of use (i.e. agreement confirming that under no circumstances the data will be used for other than purely scientific purposes). DELIVERABLES AND DELIVERY SCHEDULE Description Period of Performance / Due Date Task 1: Enhancing the Comparability of SHARE Wave 5 with the HRS and ELSA - adding sample collection in Denmark to existing contract tasks September 2013 - January 2014 Subtask 1.1: Improvement of interviewing technique through HRS-style training for Denmark team Milestone 1: Complete production of HRS- style training for SHARE interviewers October 2013 Subtask1.2: Administering field work data collection including physical performance measures and biomarkers in Denmark - SHARE Wave 5 Milestone 2: Administration of fieldwork including biomarkers and performance measures in SHARE Wave 5 Denmark completed December 2013 Subtask 1.4: Documentation of Activities - SHARE Wave 5 Milestone 3: Report of Survey Activities - SHARE Wave 5 February 2014 Task 2: Harmonized Module on Well-Being and Time-Use Administered to SHARE Respondents between Wave 5 and Wave 6 Milestone 4: Complete development of Harmonized Module on Well-Being and Time-Use Milestone 5: Post Survey Module Report October 2014 - November 2014 November 2013 November 2014 Task 3: Enhancing the Comparability of SHARE Wave 6 with the HRS and ELSA (Optional) October 2014 - October 2016 Subtask 3.1: Improvement of interviewing technique through HRS-style training Milestone 6: Complete production of HRS- style training for SHARE interviewers April 2015 Subtask 3.2: Response and Retention Activities to Approach HRS Standards - SHARE Wave 6 Milestone 7: Establish Response and Retention protocols for SHARE Wave 6 Milestone 8: Delivery of Post-Production Compliance Report December 2014 October 2016 Subtask 3.3: Administering physical performance measures and biomarkers - SHARE Wave 6 Milestone 9: Interviewer training for performance measures and biomarkers completed Milestone 10: Administration of performance measures in SHARE Wave 6 completed Milestone 11: Administration of biomarkers in SHARE Wave 6 completed April 2015 January 2016 November 2016 Subtask 3.4: Documentation of Activities - SHARE Wave 6 Milestone 12: Report of Survey Activities - SHARE Wave 6 October 2016 (vii) The place of performance is at the contractor's location during the period of performance as specified in the delivery schedule. (viii) The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. (ix) The Addendum of FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (a) Technical Proposal Instructions and Format 1. The technical proposal is the most important item in the evaluation of the contractor's capability to perform the desired services. Therefore, the proposal must present sufficient information to reflect a thorough understanding of the work requirements and a detailed technical approach for achieving project objectives as set forth in the statement of work. 2. The technical proposal may NOT contain any references to price-cost. However, resource information, such as data concerning proposed other direct costs, must be contained in the technical proposal so that contractor's understanding of the scope of work may be evaluated. 3. All aspects of a proposal are subject to discussion, including price, technical approach, and terms and conditions. At the completion of discussions, the contractor must ensure its technical plan and price-cost proposal reflect the mutual understandings of the requirement and, if requested, submit a revised technical plan and price-cost proposal. The technical plan should consist of the contractor's intent and approach to the requirements, any considerations that should be made by the Government, as well as any additional information that expresses the contractor's position above competitors for this effort. 4. The technical proposal must be submitted in Microsoft Word or searchable PDF format in a font size of 11 or 12 point and font type of Arial or Times New Romans. Margins must be 1-inch wide (top, bottom, left, and right). The technical proposal must not exceed 20-pages in length and the pages must be sequentially numbered regardless of the section or part (e.g., 1 of 25, 2 of 25, 3 of 25, etc.,) and must contain a header or footer to include the name of the contractor and the solicitation number. Pages in excess of the specified page limit will not be considered or evaluated. Resumes must not exceed 2 pages in length and are not counted in the page limit. (b) Price-Cost Proposal Instructions 1. The price-cost proposal is submitted separately from the technical proposal and shall be submitted in the below format, for each Task required to perform the services as specified the statement of work. 2. A fixed-price (FP) proposal is requested. The FP proposal shall be based on the prices in the schedule contract and shall consider the mix of labor categories and level of effort required to perform the services described in the statement of work. The price-cost proposal is submitted separately from the technical proposal for each task/sub-task as specified in the statement of work and for each year / partial year of the period of performance, and option periods, including a summary of the costs for the entire period of performance. 3. The cost-price proposal must list all direct costs associated in the performance each task, i.e., labor, consultants, travel, transportation, and training, etc. Any travel costs must be proposed at the rates provided in the federal travel or joint travel regulations. 4. The cost-price proposal must include a complete explanation detailing the rationale for each cost. In addition, the rationale should be sufficient enough to determine that the all costs are fair and reasonable. The FP price-cost proposal must be submitted in the below format. Cost-Price Proposal Task Area Unit Price Total Fixed Price Task 1, Subtask 1.1 Task 1, Subtask 1.2 Task 1, Subtask 1.3 Total Task 1 Task 2 Total Task 2 Task 3, Subtask 3.1 Task 3, Subtask 3.2 Task 3, Subtask 3.3 Task 3, Subtask 3.4 Total Subtask 3 Total Fixed Price (x) The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. (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: No. Criterion Description Total Possible Points 1. Understanding the Statement of Work The proposal should address each requested task in sufficient detail to demonstrate a clear understanding of the statement of work. The offeror should provide evidence of sufficient planning to show that work will be accomplished as required and on schedule. a. Proposal demonstrates an understanding of the requirements and goals set forth in the Statement of Work (10) b. Proposal addresses each requirement in the Statement of Work (20) c. Proposal shows plan/timeline to accomplish tasks in a reasonable timeframe (5) d. Proposal includes appropriate personnel and effort to carry out all tasks (10) 45 2. Access to the Survey of Health, Aging, and Retirement in Europe (SHARE) study sample frame: The offeror must demonstrate in its proposal how it will obtain access to the existing SHARE sample frame and the ability to re-contact SHARE respondents. NOTE: The purpose of this requirement is to harmonize data within the ongoing SHARE panel with the US Health and Retirement Study to support cross-national research on aging. While similar data could be collected contemporaneously on a new sample, such an endeavor would lack the historic harmonized panel of data available in the SHARE sample. The existence of four prior waves of data makes harmonization of SHARE a high priority to NIA. 5 3. Past Performance/Relevant Experience The offeror must demonstrate its relevant experience and performance conducting the tasks requested under the Statement of Work. This includes experience conducting longitudinal aging studies, biomarker and physical performance measures, and managing a multi-country study. a. Experience of study leadership (20) - supply a resume for study leadership that includes education, experience, background, accomplishments, and other pertinent information (). b. Provide information of survey experience of project team conducting multi-country longitudinal aging studies (30) - this should include explanations of experience conducting surveys with face-to-face interviews, biomarker and performance measure collection, and relevant training to conduct surveys harmonized to the Health and Retirement Study. 50 Total Possible Score 100 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xi) The Addendum to FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. (a) GENERAL. Selection of an offeror for contract award will be based on an evaluation of proposals against the above factors. Although technical factors are of paramount consideration in the award of the contract, past performance, and cost-price are also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are approximately equal to cost-price. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. (b) The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the solicitation. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the solicitation. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. (c) COST/PRICE EVALUATION. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. (xii) The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. (xiii) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items (July 2013), applies to this acquisition. (xiv) The Addendum to FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (a) OPTION PROVISION Unless the Government exercises its option pursuant to the Option Clause set forth below, the contract will consist only of the Base Period of the Statement of Work as defined herein. Pursuant to FAR Clause 52.217-8, Option to Extend Services and/or FAR Clause 52.217-9, Option to Extend the Term of the Contract set forth below, of this contract, the Government may, by unilateral contract modification, require the Contractor to perform additional options set forth in the Statement of Work and in the contract. If the Government exercises this option, notice must be given at least 60 days prior to the expiration date of this contract and the price of the contract will be increased as set forth in the OPTION PRICE. (b) FAR Clause 52.217-8, Option to Extend Services (November 1999) "..The Contracting Officer may exercise the option by written notice to the Contractor within sixty (60) days of the contract expiration date." (c) FAR Clause 52.217-9, Option to Extend the Term of the Contract (March 2000) "(a) The Government may extend the term of this contract by written notice to the Contractor within sixty (60) days of the contract expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days 60 days before the contract expires. The preliminary notice does not commit the Government to an extension." (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5-years." (xv) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. Specifically, the following clauses cited in FAR clause 52.212-5 are applicable to this acquisition: (a) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)) (b) 52.204‐10, Reporting Executive Compensation and First‐Tier Subcontract Awards (AUG 2012) (Pub.L. 109‐282)(31 U.S.C. 6101 note). (c) 52.209-7, Information Regarding Responsibility Matters (Jul 2013) (d) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JULY 2013) (41 U.S.C. 2313) (e) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)) (f) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) (g) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) (h) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212) (i) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793) (j) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212) (k) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (l) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (m) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xvi) There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xvii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xviii) Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: cost-price proposal, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by September 20, 2013, 4:30 p.m. eastern standard time and must reference number HHS-NIH-NIDA-(SS/SA)-2013-001-dch. Responses may be submitted electronically to Debra.Hawkins@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892, Attention: Debra C. Hawkins. Fax responses will not be accepted. (xix) Contact Debra Hawkins at 301-594-2178 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2013-001-dch/listing.html)
 
Place of Performance
Address: Contractor's site., United States
 
Record
SN03176037-W 20130907/130905235919-d8c848d49c469cf2fe932ea963532f16 (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.