SOURCES SOUGHT
R -- Office of Extramural Research Communications and Outreach Support Services - PWS
- Notice Date
- 8/26/2018
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHLM201800102
- Archive Date
- 9/25/2018
- Point of Contact
- Em'Ria J. Briscoe, Phone: 3014354384
- E-Mail Address
-
briscoee@mail.nih.gov
(briscoee@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PWS THIS IS A SOURCES SOUGHT NOTICE (SSN) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION TO BID NOTICE AND DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT. 1. Synopsis: In accordance with FAR Part 10, the purpose of this sources sought is to allow interested vendors the opportunity to identify themselves regarding interest and technical capability. The Government is hoping to identify qualified businesses, including small businesses, 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses that can provide a wide range of communications and outreach support services. This SSN will determine the interest and feasibility of small business set-asides. As part of this process, the Government is seeking information from vendors to determine which companies have the skills and experience to provide prime contractor services for a Federal program similar in Size, Scope and Complexity to the Office of Extramural Research (OER). The OER expects to conduct a competitive acquisition and award a contract in 2019. The contract type will be determined. The goal of the contract is to establish contractual support services for OER to utilize professional and subject matter expertise in achieving the functions and objectives of the overall organization and its' components. These services may be relied upon on an on-going and as needed basis by providing a wide range of communications and outreach support at various levels. The Government projects that approximately 20 qualified contractor personnel shall be required to perform the technical services required. The Government estimates that the total contract award will be approximately $3.5M per year. The services required for this contract shall include, but are not limited to: a. Communications and Outreach Support b. Technical Writing Support c. Website and Social Media Support d. Grants Information Support e. Training Support f. Workshop and Seminar Logistical, Technical and Administrative Support This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government. 2. Scope: See attached Performance Work Statement and any corresponding Attachments. 3. North American Industrial Classification System (NAICS) code: 541611- Administrative Management and General Management Consulting Services 4. How to Respond: All information submitted in response to this SSN is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Proprietary information submitted should be marked appropriately and will be controlled and secured. All submitted information shall remain with the U.S. Government and will not be returned. All responding firms are requested to identify their firm's size and type of business. Teaming arrangements and joint ventures may be considered for any subsequent procurement based on the Government's market research. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). The capability statement shall be in sufficient enough detail, but not exceed 6 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Please submit the following information: A. Cover Page: Company Information (Not to exceed one (1) page) 1. Name of Company and/or Companies (if there is a teaming arrangement) 2. Primary and Secondary Points of Contact: Name, Email, and Phone Number 3. Dun & Bradstreet Number 4. Identify Relevant NAICS Codes and your company's size designation within each 5. Identify relevant GSA Schedules your company holds 6. Identify other relevant ordering vehicles in which your company participates 7. If you are SBA 8(A) certified, please indicate your anticipated graduation date from the program. B. Corporate Capability Statement (Not to exceed five (5) pages) 1. Describe your company's relevant Federal communication and outreach support experience within the past 5-years highlighting similar work in nature, scope, complexity, and difficulty as that of OER, include the Contract Name, Contracting Agency or Department, Yearly contract value (in dollars), period of performance, and a description of work and how it relates to OER requirements. 2. Describe your company's technical experience in each of the support services identified in the PWS and include a description of the specific skills as well as a retrospective about the services provided with example projects(s) or product(s) focusing on how it satisfied (or didn't) the client's needs. 3. Provide a list of any Contract Schedules that your company is on. 4. Suggest Contract Type for this requirement (i.e., cost reimbursement, task order, ID/IQ, labor hours, etc.). If cost plus fixed fee is a suggested contract type, include an appropriate fee percentage. 5. Provide assurance that your company's accounting system comply with the Defense Contract Audit Agency (DCAA) requirements for supporting cost reimbursement type contracts. 5. Submission requirements: 1. Page limit - six (6) 8 ½ x 11 pages 2. 1 inch margins (top, bottom and sides) 3. Times New Roman font - 12 point 4. Page limitation includes cover page 5. Do not include promotional materials Only electronic copies of capability statements will be accepted and should be emailed to briscoee@mail.nih.gov. The e-mail shall contain the following subject line: Sources Sought - NIH-LM-201800102 - OER Communications and Outreach Support Services. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two responsible small businesses by the response date or if the Government determines that no small business are capable of performing this requirement based upon an evaluation of the capability statements submitted, the Government may proceed with a full and open competition. Please submit all information to Em'Ria J. Briscoe at briscoee@mail.nih.gov by September 10, 2018 no later than 10:00 a.m. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM201800102 /listing.html)
- Place of Performance
- Address: 6705 Rockledge Drive, Bethesda, Maryland, 20817, United States
- Zip Code: 20817
- Zip Code: 20817
- Record
- SN05056786-W 20180828/180826230049-aac97d3e14bb081736617d5b5ef7b774 (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 |