Research Support Services Competitive Combined Synopsis/Solicitation NIMH-20-000097
INTRODUCTION
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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures.
The solicitation number is NIMH-20-000097 and the solicitation is issued as a request for quotation (RFQ).
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 541690, $15M.
SET-ASIDE STATUS
This acquisition is not restricted and available for full and open competition.
ACQUISITION AUTHORITY
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01 dated November 12, 2019. The resultant contract will include all applicable provisions and clauses in effect through this date.
DESCRIPTION OF REQUIREMENT
Background The National Institute of Mental Health (NIMH) is the lead Federal Agency for research on mental illnesses. The mission of the NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure.
Purpose The purpose of this purchase order is to provide research support services by performing image data processing, analyzing collected data, managing research protocols and PET scanning procedures, and utilize extensive knowledge and expertise in neuroscience and neuroimaging to assist staff in preparing written reports summarizing neuroscience and neuroimaging results and findings in the NIMH Molecular Imaging Branch (MIB) to satisfy the overall operational objectives of the National Institute of Mental Health.
Project Requirements
See Attached Statement of Work for specific details.
Delivery Requirements/Period of Performance
Base Period: 10 months from the date of the award
Place of Performance
The place of performance shall be the National Institutes of Health, National Institute of Mental Health (NIMH), NIH Bethesda Main Campus.
Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. Invoicing shall be in accordance with the Prompt Payment Act and payment shall be made via Electronic Funds Transfer (EFT).
Response Format Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the Statement of Work.
In addition, the quote must provide their company name, Dun & Bradstreet Number (DUNS), 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.”
TECHNICAL PROPOSAL Offerors may provide up to 20, 8.5 by 11-inch pages (using no less than 10 font size) as their proposal to be evaluated by the Source Evaluation Panel. The technical submission will address the Statement of Work and be responsive to the attached evaluation factors (See Attachment 2). The 20-page technical submission limitation does not include and is in addition to the pages relating to relevant resume credentials and the price proposal. Technical submission pages in excess of this page limitation will not be considered. COST/PRICE PROPOSAL The cost/price proposal must be completed to include all costs related to the Statement of Work, including the hourly, daily and monthly rates, as appropriate, and all direct and indirect costs for the base and option years. The cost/price proposal shall be submitted in the Microsoft Excel format.
LEVEL OF EFFORT
The following table is a level of effort and materials estimate. The required skills and expertise for each position follows. This is only an estimate. Offerors are advised to carefully review the requirement in deriving both the level of effort and the tools/materials they believe are necessary to provide their best value proposal. You are not bound to propose these labor
categories and quantities. Rather, offerors are expected to provide the best solution citing the labor mix and quantity required to accomplish the tasks.
LaborType
Base Year (total hours)
Research Support
1720
EVALUATION The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.
All personnel proposed must be eligible to work in the United States and be able to provide documentation of said eligibility no later than 3:00 p.m., December 27, 2019.
The Government will award a contract 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. See Evaluation Criteria attachment for details.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
ADDITIONAL INFORMATION
The Offerors to include a signed copy of the provision at FAR clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer.
The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See clauses attachment.
The FAR clause at 52.213-4, Terms and Conditions – Simplified Acquisitions (Other Than Commercial Items). See Clauses attachment.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include labor costs, breakdown and rationale for other direct costs or materials, and the total amount.
In addition, the Dun & Bradstreet Number (DUNS), 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."
CLOSING INFORMATION
All responses must be received by 3:00 PM, Monday, December 27, 2019, EST and reference number NIMH-2020-000097. Responses may be submitted electronically to [email protected], and [email protected].
Fax responses will not be accepted.
ATTACHMENTS
Attachment 1 – Statement of Work
Attachment 2 – Evaluation Factors
Attachment 3 – Clauses
Attachment 4 – 52.204-24 and 52.212-5
Attachment 5 – Invoice Instructions