Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2022 SAM #7399
SOLICITATION NOTICE

R -- Small Business Applicant Assistance Program

Notice Date
3/2/2022 11:53:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
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
RFQ-NIAID-2103664
 
Response Due
3/22/2022 1:00:00 PM
 
Archive Date
04/06/2022
 
Point of Contact
Lu Chang, Phone: 2406273034, Christine Illanes, Phone: 2406273379
 
E-Mail Address
lu-chang.lu@nih.gov, Christine.illanes@nih.gov
(lu-chang.lu@nih.gov, Christine.illanes@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
OVERVIEW: 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; quotes are being requested and a written solicitation will not be issued. �The solicitation number is RFQ-NIAID-2103664 and it is issued as a Request for Quotes (RFQ). This acquisition will be awarded under FAR Part 13 Simplified Acquisition Procedures (SAP). �The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2022-04 and effective 01-30-2022. The North American Industry Classification System (NAICS) code for this procurement is 541611 - Administrative Management and General Management Consulting Services, with a small business size standard of $16,500,000. This requirement IS SET-ASIDE for small business. STATEMENT OF NEED: National Institute of Allergy and Infectious Diseases (NIAID) intends to enhance the program support and increase success for the Small Business Innovation Research (SBIR) and Small Business Technology Transfer (STTR) (collectively �Program�) programs applicants. NIAID Small Business Program proposes to establish an SBIR/STTR applicant training and advising services � specifically an applicant assistance program (AAP). �These services would include resources and training content creation, customized one on one applicant assessment, training, advising, and post submission support. �This program would also provide relevant programmatic support and staff training to enhance NIAID SBIR/STTR program support for applicants and awardees. �Finally, this program will have an emphasis on engaging and assisting groups underrepresented in extramural biomedical small business programs. Type of Contract: Firm-Fixed-Price Primary Place of Performance: Rockville, MD 20852 Period of Performance: One base year and option periods totaling four additional years See attached Statement of Work (SOW) for details. All responsible and eligible sources may submit a quotation, which will be considered by the agency.� Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use information and communication technology (ICT), it must be accessible to people with disabilities. �Federal employees and members of the public who have disabilities must have access to, and use of, information and data that is comparable to people without disabilities. �Vendors must identify whether a quoted Information and Communication Technology (ICT) product or service is compliant with the Section 508 accessibility standards at 36 CFR 1194. �The quote must also identify where full details of compliance can be found (e.g., vendor's website or other exact location.) For more information on Section 508 standards visit https://www.section508.gov/. INSTRUCTIONS: All quotes must include a point of contact (name, phone number & email) and company information (DUNS # and Cage Code). �Each response must also include two volumes: a price quote and a separate technical quote that clearly indicates the capability of the vendor to meet all specifications and requirements. �The Government may evaluate only those quotes that fully meet the requirements as outlined and respond to the solicitation instructions and requirements. �Failure to furnish a full and complete quote as instructed may result in the Vendor being considered non-responsive and eliminated from further consideration and award. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). �[Note: Lack of registration in the SAM will make a vendor ineligible for award]. Submission must be received not later than March 22, 2022 @ 4 PM EST Quote must be submitted via email to the Contract Specialist, Lu Chang at lu-chang.lu@nih.gov. �Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Nov 2021). �All or part of the successful vendor�s quote may be incorporated in any contract resulting from this solicitation. �The successful vendor�s quote may be incorporated by reference. �Reference Solicitation ID: RFQ-NIAID-2103664 on your quote. QUOTATION FORMAT: The total page limit of your technical quotation, exclusive of CVs/Resumes and other attachments, is 30 pages. �The total page limit of your submission (including technical quote, Cover Letter, price quote, and CVs/Resumes or other attachments) is 50 pages. �The vendor must provide one quote with pricing only and one technical quote. �The technical quote must not contain any pricing information.� Price Quote: The price quote must be a separate volume from the technical quote. �This will be a firm-fixed price award. �The quote must contain sufficient information to allow the Government to perform an evaluation of the quoted price. Any and all available discounts are requested.� Technical Quote: The technical quote must: ��� �Demonstrate a thorough understanding of and ability to efficiently accomplish the service areas, objectives, and requirements outlined in this SOW. ��� �Provide a detailed explanation of the technical approach, methods, and procedures that will be used to meet the requirements. ��� �Discuss potential problems to be encountered and proposed solutions and/or risk mitigation strategies. ��� �Demonstrate at least five (5) years of experience in assisting applicants to prepare SBIR/STTR grant proposals. This experience must show a high degree of familiarity with SBIR/STTR program policies and application process. Experience working with federal agencies, especially ones with a biomedical and clinical research mandate comparable to NIH, and work on similar tasks of a similar scale are preferred. ��� �Include a project management plan that demonstrates the ability to meet or exceed the requirements and timeframes, to manage costs and stay within budget, and to be highly organized and proficient in project management for programs of this scale. ��� �Include a detailed quality assurance plan that demonstrates its ability to ensure the results will meet the objectives of this SOW. This includes end of cycle participants survey results analysis to ensure assistance provided is helpful for NIAID SBIR/STTR applicants. ��� �Include a detailed human resources plan that demonstrates thoroughness of the staff selection process and the background and expertise of the selected staff. Selected staff must demonstrate expertise and past experience in assisting applicants to prepare SBIR/STTR grant proposals. EVALUATION: The Government intends to award a firm-fixed price purchase order 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. �Offerors must provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements. �The following factors will be used to evaluate offers: technical approach, prior experience, and price. �Quotes that do not meet the material terms of this solicitation will not be evaluated. �The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. �The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. �Evaluation of options will not obligate the Government to exercise the option(s). The Government anticipates selecting the offer that represents the best value to the government without engaging in clarifications with quoters but reserves the right should it be deemed in the Government�s best interest. �Quoters are strongly encouraged to submit their best technical solutions and price in response to this RFQ. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" (Quoter must list exception(s) and rationale for the exception(s).) QUESTIONS: If you have questions regarding this requirement, please submit inquires immediately, but no later than March 11, 2022 @ 4 PM EST, via email to the Contract Specialist, Lu Chang at lu-chang.lu@nih.gov. The Government will issue an amendment to the RFQ responding to questions, if needed. SPECIAL NOTICE TO VENDORS: Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. �The exclusive responsibility for source selection will reside with the Government. �By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. �� PROVISIONS AND CLAUSES:� 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within fourteen (14) days of expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) � � � (a) The Government may extend the term of this contract by written notice to the Contractor within seven (7) days of expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least fourteen (14) days before the contract expires. The preliminary notice does not commit the Government to an extension. � � � (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. � � � (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference. �(Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. �Upon request, the Contracting Officer will make their full text available. �The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. �In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. �Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/� 52.204-7, System for Award Management (Oct 2018)� 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)� 52.229-11, Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) (End of provision) 52.252-2 Clauses Incorporated by Reference. �(Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. �Upon request, the Contracting Officer will make their full text available. �Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ 52.204-13, System for Award Management Maintenance (Oct 2018)� 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)� (End of clause) Health and Human Services Acquisition Regulations (HHSAR) The following additional Health and Human Services Acquisition Regulations (HHSAR) clauses are applicable to this requirement, copies are available from http://www.hhs.gov/policies/hhsar/: Provisions 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses 352.203-70 Anti-Lobbying (December 18, 2015) 352.208-70 Printing and Duplication (December 18, 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) The following additional provisions and clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)� FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) (Tailored) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) LIST OF ATTACHMENTS Work Statement Invoice Instructions FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)� FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) (Tailored) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86d57d06ad7c40a3aee02acdf52330e9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06254835-F 20220304/220303211708 (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.