Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2016 FBO #5280
SOLICITATION NOTICE

B -- PSSI Modeling-Visualization Hub - PSSI Modeling-Visualization HUB Services

Notice Date
5/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Office of the Secretary, Acquisitions Management, Contracts, & Grants (AMCG), Office of the Assistant Secretary for Preparedness & Response (ASPR), Department of Health and Human Services, 330 Independence Ave. SW, G640, Washington, District of Columbia, 20201, United States
 
ZIP Code
20201
 
Solicitation Number
16-100-SOL-00019
 
Archive Date
6/8/2016
 
Point of Contact
Minnie Wright, Phone: (202) 2601460, Patricia Petersky, Phone: (202) 969-3862
 
E-Mail Address
minnie.wright@hhs.gov, patricia.petersky@hhs.gov
(minnie.wright@hhs.gov, patricia.petersky@hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Requirement for technical and analytical public health and medical consequence modeling and visualization subject matter expertise, as well as systems integration support for the Biomedical Advanced Research and Development Authority (BARDA) Division of Analytic Decision Support (ADS) Modeling and Visualization Hub. This solicitation for consultant services prepared in accordance with Federal Acquisition Regulations (FAR) Part 15.2 and with the format in Subpart 16.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is 16-100-SOL-00019 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2005-57. Prospective offeror(s): Thank you for your interest in this proposed procurement. The Department (Health and Human Services (HHS), Office of the Assistant Secretary for Preparedness and Response (ASPR) is seeking offers from firms capable of providing technical and analytical public health and medical consequence modeling and visualization subject matter expertise, as well as systems integration support for the Biomedical Advanced Research and Development Authority (BARDA) Division of Analytic Decision Support (ADS) Modeling and Visualization Hub, used by the Government in planning and response for chemical biological, radiological or nuclear (CBRN) attacks and outbreaks of pandemic influenza or other emerging infectious diseases which HHS/ASPR/BARDA-ADS has described in greater detail in the attached Request for Proposal (RFP) #16-100-SOL-00019. This is full and open competition procurement. An eligible offeror under this solicitation shall either be a qualified small business or demonstrate its ability to provide sub-contracting opportunities to qualified small businesses in support of this proposed requirement. Failure to satisfy this requirement shall render the offeror's proposal ineligible for further consideration. The North American Industry Classification System (NAICS) Code for this proposed procurement is 541618; Other Management Consultant Services and the applicable Size Standard is $15.0 Million. It is the Department's intent to award an indefinite delivery/indefinite quantity (IDIQ) contract, with individual Firm-Fixed Priced and/or Time and Material/Labor Hour Task Orders issued over the period of performance. The contract performance period will be a twelve (12) month base with four - one -year priced option periods. The resulting contract will set forth a guaranteed minimum value of $500,000.00 and a maximum value of$15,500,718.31 for the entire performance period. The RFP is structured in accordance with the Uniform Contract Format as required by the Federal Acquisition Regulation (FAR). While offerors are to review the entire solicitation, please pay close attention to the following: • Secton C - Performance Work Statement • Section L - Instructions to Offerors • Section M - Evaluation Factors for Award There are some clauses within the solicitation that are incorporated by reference. However, FAR Clauses, in full text, may be reviewed on the internet at: http://acqusition.gov/far/ and http://farsite.hill.af.mil. Pursuant to FAR Part 52.204-8, Annual Representations and Certifications, Prospective Contractors must complete on-line Representations and Certifications Applications (ORCA) via the Business Partners Network (BPN) website https://www.sam.gov. Effective October 1, 2003, FAR Part 4 requires that contractor be registered in the Central Contractor Registration (CCR) now System for Award Management (SAM) prior to the award of any contract. The website to register in the SAM is https://www.sam.gov. The contractor selected is also required to register in the Contract Performance System (CPS) prior to award. The system will be used to evaluate Contractor Performance under the anticipated contract. Contractors currently registered in CPS need not re-register. The following is the website for contractor registration: http://ocm.od.nih.gov/cdmp/cps-Contractor.htm. Access to the system, after obtaining a user name and password, can be obtained via the following address: https://www.cpars.gov. The Government is issuing an unrestrictive solicitation (see attached) to qualified vendors for the purpose of entering into a basic contract with IDIQ Tasks Orders. The Government will conduct this acquisition in accordance with FAR 16.505. Interested parties should submit their proposal in accordance with FAR 16.505 as well as in accordance with the instructions described in the attached Solicitation, Request for Proposal (RFP) #16-100-SOL-00019. Offerors are required to submit both a written Technical Proposal and Business Proposal to Government officials for the purpose of acquiring supplies and /or services from the Contractor that is fully cognizant of the scope of this requirement and has the capability to complete all requirements described in the solicitation. FAR 52.216-1 - - Type of Contract (APR 1984) The Government contemplates award of a FFP, Time-and-Material/Labor Hour Contract resulting from this solicitation. Only one (1) award will be made as a result of this notice. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Period of Performance The resulting award period of performance will consist of a base period of twelve (12) months with four (4) twelve (12) months option periods. Option periods are subject to the availability of funds and may be unilaterally exercised by the Government (Dates subject to change based on award date; See Solicitation document). Solicitation Technical Inquires and Questions All questions regarding the solicitation of a contractual nature must be submitted in writing via email no later than Friday, May 13, 2016,at 12:00 Noon Eastern Standard Time (EST). Questions with the Government responses will be posted to FedBizOpps. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. Proposal Submission Proposals must be submitted in either hard copy or electronic formats on or before the RFP closing date, Monday, June 06, 2016 at 12:00 Noon, EST. Electronic submissions are highly preferred. Formatting Pages shall be single-spaced, 8.5 by 11 inch paper of 10- or 12-point font. Pages shall be numbered consecutively starting with page 1. The Technical Proposal and Business Proposal shall not exceed 50 pages each. More details are found in SECTION L. Transmittal and Cover Letter The offeror's transmittal and cover letter for the proposal must contain the name, phone number, and e-mail address of the person to be contacted concerning any matter related to the solicitation. The Contracting Officer and/or Contracting Specialist may, for example, contact that individual to schedule and make arrangements for the offeror's discussion meetings, if necessary. Include the following information in your proposal 1. DUNS number and TIN; 2. Company Name mailing address, and website address; 3. Date submitted and proposal expiration date; 4. All of the above-cited information for each entity on the proposed team, if a team is proposed; 5. Do you have a Government approved account system? If so, please identify the agency that approved the system; 6. Type of Company (i.e., small business, (8(a), women owned, etc.) as validated via the System for Award Management (SAM); 7. Company Point of Contact, Phone and Email address. CONTRACT AWARD Contract award shall be made to the responsive responsible offeror, in conforming to this RFP, provides an overall best value to the Government, technical evaluation factors and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Cost reasonableness and realism pertains to the offeror's ability to project cost/prices which are reasonable and which indicate the offeror's understanding of the nature and the scope of the work to be performed. Therefore, the Government considers that a fully justified and realistic proposal is of paramount importance in evaluating cost proposals. However, as proposals become more equal in their technical factors, the cost/price factor may become the determinative factor in the final source selection decision when making the best value "trade-off" determination to reach the best overall value to the Government. The Government may award any resulting contract to other than the lowest priced offeror, or other than the offeror with the highest non-cost/price rating.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/OOS/OASPHEP/16-100-SOL-00019/listing.html)
 
Place of Performance
Address: National Capital Region, Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN04108665-W 20160508/160506234309-ef172c6f5f02cb2e63c53b1f45c0dd54 (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.