SOLICITATION NOTICE
R -- Data Collection of Magnetic Resonance Imaging (MRI) Data - Request for Quotation Attachments
- Notice Date
- 1/25/2018
- 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, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800020
- Archive Date
- 2/23/2018
- Point of Contact
- Jeffrey Brown, Phone: 301.827.5852, Kenneth Goodling, Phone: 301.443.6677
- E-Mail Address
-
jeffrey.brown@nih.gov, kgoodlin@nida.nih.gov
(jeffrey.brown@nih.gov, kgoodlin@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 Clauses FAR 52.212-1 Addendum Evaluation Criteria Statement of Work Request for Quotation No. NIHDA201800020 Title: Data Collection of Magnetic Resonance Imaging (MRI) Data Issued by: Jeffrey E. Brown, Contracting Officer NIMH Contracts Section 1, CMB Red National Institute of Mental Health, NIH 6001 Executive Boulevard Room 8153 Bethesda, MD 20892 Point of Contact: Jeffrey E. Brown, Contracting Officer Email: jeffrey.brown@nih.gov Phone: 301.827.5852 (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 separate written solicitation will not be issued. (ii) The solicitation number is NIHDA201800020 and the solicitation is issued as a Request for Quotation (RFQ). A fixed price per labor hour contract type is contemplated for this requirement. 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 NOT expected to exceed the simplified acquisition threshold. A fixed price per labor hour type of contract is contemplated for this requirement. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 / 01-19-2017. (iv) The North American Industry Classification System (NAICS) code for this procurement is 541990-All Other Professional, Scientific and Technical Services with a small business standard size of $15 million. This requirement is full and open with no set-aside restrictions. Offers from qualified individuals are also welcome. (v) Refer to the attached Statement of Work for Project Requirements Background: The overall goal of this contract is to obtain support services to assist in the collection of behavioral, psychological and MRI brain imaging data for the NIMH Emotion and Development Branch (EDB). The solicitation is open to both organizations and qualified individuals. Period of Performance: The period of performance shall be twelve (12) months from the date of award. Contracting Officer's Representative: The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and will be specified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Government may unilaterally change the COR designation at any time throughout the performance period of this contract. (vi) Refer to attached Statement of Work and Evaluation Criteria documents for additional details. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, 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: Technical Approach, Key Personnel, Past Performance, Cost/Price. Refer to Evaluation Criteria document for details. Technical Approach, Key Personnel and Past Performance when combined, are significantly more important than cost or price. (b) Options: N/A (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. (ix) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (x) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. (xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv) Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received no later than the date and time specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number NIHDA201800020. Responses must be submitted electronically to jeffrey.brown@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, please contact Jeffrey Brown by email at jeffrey.brown@nih.gov or by phone at 301-827-5852.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800020/listing.html)
- Place of Performance
- Address: National Institute of Mental Health, Building 15K, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN04799576-W 20180127/180125231145-b86dd1b8c7372740e45bf1e70f6239fa (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 |