Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2021 SAM #7063
SOURCES SOUGHT

R -- Professional Strategic and Program Planning Services

Notice Date
4/1/2021 10:53:11 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
SS-NIAID-2067766
 
Response Due
4/9/2021 2:00:00 PM
 
Archive Date
04/24/2021
 
Point of Contact
Christine Illanes, Phone: 2406273379
 
E-Mail Address
christine.illanes@nih.gov
(christine.illanes@nih.gov)
 
Description
INTRODUCTION 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. BACKGROUND, PURPOSE, OBJECTIVES National Institute of Allergy and Infectious Diseases (NIAID) conducts and supports applied research to better understand, treat and ultimately prevent infectious, immunologic, and allergic diseases. The Division of Clinical Research (DCR) is a program within NIAID. The DCR plays an integral role in facilitating the efficient and effective performance of NIAID research programs on both the domestic and the international level. This is accomplished through a multi-faceted approach to the provision and support of services vital to the research infrastructure that include oversight and management of intramural and extramural clinical research, program planning and management, regulatory monitoring and compliance, statistical consultation and research methodology, and clinical research capacity building. The purpose of this contract is to provide assistance in professional strategy management, financial and program implementation/planning services to support the optimal functioning of the DCR in performing its mission. The required services include assisting DCR in the following areas: program deployment and implementation, strategy management and evaluation, organizational effectiveness analyses and facilitation, financial management, analyses and evaluation, operations management support, administrative support, acquisitions support and related activities necessary to the conduct of NIAID DCR business. PROJECT AND PERFORMANCE REQUIREMENTS See attached SOW for requirements. ANTICIPATED PERIOD OF PERFORMANCE It is anticipated that an award will be made around May 24, 2021 with a performance period of one year with two option years (three years total). CAPABILITY STATEMENT/INFORMATION SOUGHT Capability Statements (five page limitation, excluding resumes) should clearly convey information regarding the respondent�s experience and ability to perform this effort, including: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform this work; (c) prior completed projects of a similar nature; (d) corporate experience and management capability; (e) a general description of the facilities and other resources needed to perform the work and (f) examples of prior completed Government contracts, references, and other related information.� Capability statements must be complete and not require readers to access outside sources.� This includes not linking to internet web site addresses (URLs) or otherwise directing readers to alternate sources of information. ORGANIZATION OR COMPANY INFORMATION REQUESTED If your organization has the potential capacity to support this requirement, please provide the following information: 1) organization name, address, point of contact, email address, website address, telephone number, and DUNS number; 2) current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought; 3) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of capability; and 4) documentation indicating offerors business size and socio-economic business category (i.e., small business, 8(a), woman-owned, veteran-owned, economically disadvantaged, or HUBZone) as determined by the Small Business Administration�s Table of Size Standards (https://www.sba.gov/content/small-business-size-standards) for the applicable NAICS code. Please be advised that the rules for Woman-Owned Small Business and Economically Disadvantaged Woman-Owned Small Business set asides have been updated.� SBA certification is now required to participate in set asides.� Please see the new guidelines and requirements at https://www.sba.gov/federal-contracting/contracting-assistance-programs/women-owned-small-business-federal-contracting-program. SUBMISSION INSTRUCTIONS Interested businesses who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Friday, April 9, 2021 at 5:00 PM EST. All responses under this Sources Sought Notice must be emailed to Christine Illanes: christine.illanes@nih.gov. Please list the sources sought ID in the subject line of the email, SS-NIAID-2067766. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/028be5d2a10f4e598a721c2f82c4adef/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN05960667-F 20210403/210401230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.