Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2016 FBO #5207
SOURCES SOUGHT

R -- Assessment and Development of Administrative Infrastructure for Foreign Contracts - Statement of Work - Sources Sought Notice

Notice Date
2/23/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHAI2016070
 
Archive Date
3/19/2016
 
Point of Contact
Sharee Richardson, Phone: 240-669-5116
 
E-Mail Address
sharee.richardson@nih.gov
(sharee.richardson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice for Capability Statements SOW and Sample Task Orders This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) The availability and capability of qualified small business sources; (2) Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) Their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. For your information we have attached the Statement of Work (SOW) and a Sample Task Orders. Background and Introduction: The National Institute of Allergy and Infectious Diseases (NIAID), Division of Extramural Activities (DEA) began a project in 2011 to perform onsite administrative assessments of administrative structures of foreign grantees and contractors receiving funds from NIAID. The requirement provides foreign awardees with training for proper oversight of funds by way of pre- and post-award development workshops, and assist with development of relevant standard operating procedures for NIAID and foreign awardees. Purpose and Objectives: The purpose of this action is to perform onsite international financial systems reviews and provide related administrative technical assistance that supports the National Institute of Allergy and Infectious Diseases (NIAID) grant, cooperative agreement, and contract awardees. The Contractor shall manage and support financial systems' best practices for managing NIAID, NIH awards abroad. Assessments will be performed on site at foreign institutions worldwide, including institutions located in many developing countries in Africa, Asia, Eastern Europe, Central America, and South America. Project requirements: The Contractor shall assess the administrative capability of contract and grant awardees, and provide technical assistance in the areas of general NIH award policies and DHHS regulations, finance management/oversight and reporting, procurement, personnel, and travel, as needed, based on the assessment. Activities in these above referenced areas could include staff training and development of tracking and reporting systems. The Contractor shall organize and staff international post-award training workshops, foreign institute­ specific onsite administrative training and financial management activities, and US-based meetings that focus on NIH foreign funding policies. Fluency of staff in various foreign languages, both in oral and written forms, will be required, as work will be performed in international locations. Independently, and not as an agent of the Government, the Contractor shall furnish all necessary services, qualified personnel, material, equipment and facilities not otherwise provided by the Government under the terms of this contract, as needed to perform the work set forth below. Anticipated period of performance: It is anticipated that one (1) Time and Material (T&M) Indefinite Delivery /Indefinite Quantity (IDIQ) contract will be awarded. The period of performance will be for five (5) years. Capability statement / information sought: Capability statements must specify the offeror's business size and type, and demonstrate similar work that has been performed in the past and the dollar value of that work. Capability statements should also clearly demonstrate the offeror's ability to fully meet the technical and personnel requirements specified above and in the attached SOW. Note that this is not a request for proposals. This notice is for small business respondents only. As such, capability statements should also include documentation indicating that offerors business size meets current standards as determined by the Small Business Administration's Table of Size Standards located at: (https://www.sba.gov/content/small-business-size-standards) for NAICS 334310. This SBA size standard is currently 750 employees, but is subject to change. Prospective offerors may also note whether they meet any other socio-economic business categories such as 8(a), Hub-Zone, or Service Disabled Veteran when submitting their capability statement. Page Limitations: Interested qualified small business organizations should submit a tailored Capability Statement not to exceed 5 pages, excluding resumes. Capability Statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Font size must be 10 to 12 points. Spacing must be no more than 15 characters per inch. Within a vertical inch, there must be no more than six lines of text. Print margins must be at least one-inch on each edge of the paper. Print setup should be single-sided on standard letter size paper (8.5 x 11" in the U.S., A4 in Europe). All proprietary information should be marked as such. Number of Copies: Please submit one (1) electric copy of your response as follows: All Capability Statements sent in response to this Request for Information notice must be submitted electronically (via e-mail) to Sharee Richardson, Contract Specialist, at sharee.richardson@nih.gov in MS Word or Adobe Portable Document Format (PDF). Facsimile responses will not be accepted. Common Cut-off Date: Electronically submitted tailored capability statements are due no later than 3:00PM (Eastern Prevailing Time) on March 4, 2016. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIHAI2016070/listing.html)
 
Record
SN04027984-W 20160225/160223235022-4254ea86bf441641e4c43977a0c4cdf6 (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.