MODIFICATION
T -- National Institute on Aging Information Resource Center
- Notice Date
- 2/9/2024 10:26:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513199
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024R00043
- Response Due
- 3/11/2024 6:00:00 AM
- Archive Date
- 03/26/2024
- Point of Contact
- Karen Mahon, Kevin Alvarez
- E-Mail Address
-
Karen.Mahon@nih.gov, kevin.alvarez@nih.gov
(Karen.Mahon@nih.gov, kevin.alvarez@nih.gov)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- �(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 written solicitation will not be issued. (ii)������� The solicitation number is 75N95024R00043 and the solicitation is issued as a request for proposal (RFP). (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-02, with effective date 1/22/2024. (iv)������ The associated NAICS code is 513199 and the small business size standard is 1,000 employees. This requirement is�100% set aside for Women-Owned Small Businesses. (v)������� This requirement is for the National Institute on Aging Information Resource Center. (vi)������ To support NIA�s mission to disseminate information about health and research advances related to aging and Alzheimer�s disease, the Contractor shall provide information development and dissemination services including: website and database development, management, and maintenance; content and publications development and graphic design; public inquiry response; communications research; outreach; other communications support services; meeting and conference support; and warehousing/materials storage and distribution. See the attached Statement of Work for additional details. (vii)����� The Government anticipates the award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an ordering period of June 1, 2024 � May 31, 2029 and a maximum ceiling of $39,000,000. The Government anticipates issuing time and materials and firm fixed price task orders during the ordering period. The first task order is anticipated to be a time and materials task order with a period of performance of June 1, 2024 � May 31, 2025. (viii) The provision at�52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this�acquisition. See attachment 3 for addenda to the provision. (ix) The provision at�52.212-2, Evaluation-Commercial Products�and�Commercial Services, applies to this acquisition. See attachment 3 for the specific evaluation criteria to be included in paragraph (a) of that provision. (x) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Sep 2023), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi) The clause at�52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this�acquisition. (xii) The clause at�52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this�acquisition. See attachment 7. (xiii) Additional terms and conditions apply. See attachments listed below. (xiv) The following attachments are included and apply to this solicitation: Statement of Work Packaging and Delivery of Proposals for Use with the NIH electronic Contract Proposal Submission (eCPS) website Instructions to Offerors and Evaluation Factors Pricing Template FAR and HHSAR Terms and Conditions Information Security and Physical Security Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services FAR 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services (Nov 2023) (xv)��� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xvi)���� All questions must be received by 9:00 am Eastern Time on Tuesday, February 20, 2024, and reference Solicitation Number 75N95024R00043. Questions may be submitted electronically to Kevin.Alvarez@nih.gov and Karen.Mahon@nih.gov. All proposals must be received by 9 am Eastern Time on Monday, March 11, 2024, via the Electronic Contract Proposal System (eCPS). See Attachment 2 for instructions. Please note that this system does not allow proposals to be submitted after the due date and time. It is the offeror�s responsibility to ensure that proposals are submitted prior to the deadline.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a80ffcfa6d334d72a7fbe69d74d0d1ba/view)
- Record
- SN06961170-F 20240211/240209230050 (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 |