Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2022 SAM #7616
SOLICITATION NOTICE

R -- Services to Design and Facilitate a Hybrid Work Training Program for the National Institute of Mental Health (NIMH).

Notice Date
10/5/2022 9:11:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH23000015RFQ
 
Response Due
10/9/2022 2:00:00 PM
 
Archive Date
10/24/2022
 
Point of Contact
Michael Horn, Christine Frate
 
E-Mail Address
michael.horn@nih.gov, christine.frate@nih.gov
(michael.horn@nih.gov, christine.frate@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS / SOLICITATION Reference A00001 dated 10/5/22. Title: �Services to Design and Facilitate a Hybrid Work Training Program for the National Institute of Mental Health (NIMH). RFQ: NIMH23000015RFQ SAM.GOV: (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; quotes are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is NIMH23000015RFQ and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Subpart 13 � Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08 dated 9/23/22. (iv)������ The associated NAICS code is 541612 and the small business size standard is $25.5M. This requirement is a total small business set-aside. DESCRIPTION (v)������� NIMH is in need of Services to Design and Facilitate a Hybrid Work Training Program. (vi)������ The complete description of services and other information regarding this activity are provided in the attached Statement of Work. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition. The period of performance will be twelve (12) months, with one additional year as an option. (viii)���� The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) applies to this order. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:� https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors--Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022) 52.214-34 Submission of Offers in the English Language (APR 1991) 52.214-35 Submission of Offers in U.S. Currency (APR 1991) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.�Offerors MUST complete�the provisions at 52.204-26 and submit completed copies as separate documents with their quote. 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 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2022) HHSAR 352.232-71 Electronic Submission of Payment Requests (February 2, 2022) (ix)������ The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022), with its offer. Offerors must complete and return the FAR representation 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) and 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020), attached. (x)������� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-4(g), Invoice, is supplemented by: NIH Invoice and Payment Instructions NIH invoicing is in the process of moving to the Invoice Processing Platform (IPP). Two sets of invoice instructions are included in this award document.� Please follow the applicable NIH Invoice and Payment Provisions until you are notified in writing by the Contracting Officer that your contract has been converted to the IPP. (xi)������ The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022), applies to this acquisition and is attached in full text. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION (xiii)���� The provision at FAR 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition and is attached. SUBMISSION INSTRUCTIONS (xiv)���� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. The SAM Unique Entity ID (UEI), 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 responsible sources may submit a quotation which will be considered by the agency.� Responses must be received by 5:00 PM, EST October 9, 2022 and reference solicitation number NIMH23000015RFQ. �Responses must be submitted electronically (e-mail) to michael.horn@nih.gov.� Fax responses will not be accepted. (xv)����� Any questions must be submitted by 5:00 PM EST on September 30, 2022.� All questions must be submitted electronically (e-mail) to michael.horn@nih.gov and reference solicitation number NIMH23000015RFQ.� Telephone inquiries will not be honored. ATTACHMENTS (xvi)���� Attachments: Statement of Work 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 52.212-2, Evaluation � Commercial Items (Nov 2021) FAR 52.212-4 (Nov 2021), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (May 2022) and Other Terms and Conditions A00001 NIH Invoice and Payment Provisions NIMH23000015RFQ Questions and Answers A00001 NIMH23000015RFQ Pricing Template A00001
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d286363ebc5d496caaa9868bd5aa69ab/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN06487133-F 20221007/221005230110 (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.