FIC Strategic Planning, Evaluation, Programmatic and Project Support Services
ID: 75N94024R00028Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NICHDBETHESDA, MD, 20817, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The Department of Health and Human Services, National Institutes of Health, seeks a strategic partner for comprehensive support services related to global health initiatives. The $19 million contract, spanning five years, focuses on administrative, logistical, and financial management. It entails managing events, providing travel support, and offering grant and contract assistance. The goal is to enhance the Fogarty International Center's operations and presence, both domestically and internationally.

    The solicitation seeks a skilled and immediate response to the center's needs, particularly in project management, financial planning, travel direction, and event coordination. Offerors must demonstrate expertise, a robust technical approach, and adherence to legal provisions. The procurement also emphasizes security measures and compliance, aiming to protect sensitive government information.

    Interested parties must submit quotations by the deadline, providing a clear understanding of their ability to meet the extensive requirements and outlining their proposed solution. The process prioritizes technical merit and past performance, with evaluations based on feasibility and overall advantage. Vendors must carefully adhere to the specified invoice requirements and key contract clauses.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Institutes of Health seeks a strategic partner for the Fogarty International Center's (FIC) support services. The primary goal is to obtain a range of administrative and logistical services for FIC's global health initiatives. This includes meeting and event planning, travel support, grant and contract assistance, and financial management. The successful offeror will enable FIC's strategic planning, evaluation, and programmatic goals, primarily off-site but with potential on-site presence in Bethesda, Maryland. The contract, worth an estimated $19 million, is anticipated to run for five years. Offerors are evaluated based on their organizational expertise, technical approach, and personnel qualifications. The government seeks a comprehensive understanding of global health and experience working with international organizations. Proposals are due by August 19, 2024, with the potential for a six-month extension. Evaluations prioritize technical and past performance factors over cost.
    The Fogarty International Center (FIC), dedicated to global health research and partnerships, seeks a contractor to provide comprehensive support for its strategic planning, evaluation, and programmatic needs. The primary objective is to facilitate the center's operations, primarily involving meeting and travel logistics, grant and contract assistance, and training and development. The contractor will work closely with FIC staff, offering a range of services including scientific publication support, data analysis, and event planning for conferences and workshops. Additionally, the contractor will assist in processing travel advances, per diem payments, and directed payments for interns and specialists. They will also maintain financial reports, develop training programs, and manage web-based content for FIC's online presence. This five-year request for proposals (RFP) aims to streamline FIC's operations and enhance its ability to execute programs and projects effectively. The successful bidder will provide a dedicated project manager and ensure compliance with federal regulations and FIC's requirements. Key dates include a pre-bid conference and a submission deadline of September 14, 2024.
    The government seeks a contractor to provide comprehensive support services for the Fogarty International Center (FIC). The primary objective is to facilitate strategic planning, evaluation, and programmatic assistance. The focus is on managing international projects, offering specialized expertise in various domains. Contractors should possess the capability to handle extensive travel support, event planning, financial management, and grants administration, ideally with experience in global health NGOs. Key requirements include demonstrating organizational expertise, a robust technical approach, and an adept project management strategy. The government emphasizes the importance of personnel competency, especially for project managers and subject matter experts in travel, events planning, financial management, grants, and procurement. Resumes for key personnel are mandatory. Cost-effectiveness and past performance are also evaluated. Offerors must showcase their ability to meet the technical requirements outlined in the Statement of Work. Evaluations will be based on the feasibility of the implementation and the most advantageous offer, with technical factors given more weight than cost. The process involves a detailed technical evaluation using adjectival ratings and a separate assessment of cost-reasonableness. Critical dates and timelines are not explicitly mentioned in the provided information. However, the RFQ indicates that three references for similar work completed in the past three years must be submitted.
    The primary objective of this procurement is to engage a contractor to provide skilled professional and technical staff for specific roles. The focus is on obtaining personnel with expertise in project management, financial management, travel direction, and event planning. These key employees are deemed essential to the successful execution of the work required. The government seeks individuals with specific skill sets and the ability to begin work immediately, replacing them only with prior approval and following specified procedures. The contractor will work closely with the Contracting Officer's Representative (COR) for performance monitoring and evaluation. Travel expenses related to the contract will be reimbursed, while the contractor is responsible for staff travel arrangements. Additional costs, such as incidental expenses, will be specified in individual orders and reimbursed accordingly. This contract emphasizes the separation of government and contractor roles, prohibiting personal services and inherently governmental functions. A Non-Disclosure/Non-Use Agreement is required for all staff working on the project. Key dates include the annual interim performance evaluations and the contract completion date. The contractor will be compensated for allowable, allocable, and reasonable costs, with travel expenses reimbursed based on actual travel and approved by the COR.
    The procurement objective of this RFP revolves around the acquisition of various commercial products and services for the federal government. The focus is on ensuring compliance with numerous legal provisions and Executive Orders. The plethora of FAR clauses incorporated into the contract encompasses topics such as whistleblower protections, labor laws, equal opportunity regulations, and requirements for combating trafficking in persons. Additionally, the contract aims to implement provisions related to subcontracting restrictions, intellectual property rights, and privacy training. The government seeks to establish a contract with stringent terms to govern the purchase of commercial goods and services while adhering to statutory and regulatory obligations. This file does not contain any specific details about the requirements, scope, or dates pertinent to the actual goods or services being procured. Instead, it exclusively focuses on the terms and conditions that will govern the procurement process, indicating that the primary objective is to ensure compliance with legal mandates.
    The government seeks to procure telecommunications and video surveillance equipment and services that align with national security mandates. Offerors are required to provide detailed representations regarding their ability to comply with these mandates. This involves ensuring equipment and services do not originate from or utilize technologies associated with specified Chinese entities, namely Huawei, ZTE, Hytera, Hangzhou Hikvision, and Dahua. The focus is on preventing the use of covered telecommunications equipment or services as substantial components of any systems. Offerors must conduct reasonable inquiries and provide detailed disclosures if they intend to supply or have connections to the listed entities. This includes identifying the equipment, its proposed use, and any mitigating factors. The government will closely examine these representations and disclosures to assess compliance with the mandated prohibitions. Key dates involve submitting these representations and disclosures as part of the RFQ process. The government emphasizes the importance of adhering to these dates for consideration.
    The procurement seeks to enhance information and physical access security for a government agency. The objective is to implement robust security measures to protect confidential information, including Personally Identifiable Information (PII) and Controlled Unclassified Information (CUI). The focus is on safeguarding data integrity, confidentiality, and availability. This involves using validated encryption solutions, adhering to privacy act requirements, and conducting Privacy Impact Assessments (PIAs). Additionally, the agency seeks to ensure compliance with internet security protocols, such as IPv6 and HTTPS, and prevent the use of prohibited Information and Communications Technology (ICT) products. The agency aims to award a contract that covers role-based training, incident response planning, and access control for staff based on position sensitivity designations. The contractor will be responsible for developing comprehensive system documentation, adhering to strict records management protocols, and ensuring the sanitization of government files upon contract completion. The procurement process will prioritize vendors who can effectively meet these security objectives. Eligible bidders must comply with the outlined security protocols and training requirements, providing a robust solution to protect sensitive government information.
    The focus of this file is on establishing detailed guidelines and clauses for invoice requirements and payment processes. It begins by defining the requirements for a proper invoice, ensuring compliance with federal regulations. This includes specifying the essential elements that must be included in invoices, such as vendor information, unique identification numbers, and billing details. The file also provides instructions for submitting invoices through the Department of Treasury's Invoice Processing Platform (IPP), with copies to designated approving officials. Payment terms are outlined, detailing the timeline for invoice payments and interest penalties if payments are delayed. There's also an emphasis on accelerating payments to small business subcontractors. Additionally, the file incorporates clauses related to electronic submission of payment requests, emphasizing the use of IPP while allowing for potential exceptions authorized by the Contracting Officer. Overall, this file meticulously outlines invoice formatting, submission processes, and payment provisions, ensuring a structured and regulated approach to financial interactions between vendors and the government.
    The Eunice Kennedy Shriver National Institute of Child Health and Human Development seeks a Blanket Purchase Agreement (BPA) for strategic planning, evaluation, and programmatic support services. This five-year engagement entails managing virtual, in-person, and hybrid events, travel support, grant administration, and specialized training. The focus is on providing efficient and comprehensive support for the Fogarty International Center's operations. Offerors are required to submit detailed technical and business quotations, with strict attention to specified page limits. Key personnel resumes and past performance information are crucial, while business quotes must include fully loaded hourly rates for each labor category associated with the solicitation. The evaluation process weighs factors like technical merit, personnel qualifications, and past performance. Vendors must submit questions by a specified deadline, with responses addressed through a solicitation amendment. Quotations are due by 3:00 PM EST on August 12, 2024, signed by authorized officials. The anticipated award date is TBD.
    Lifecycle
    Title
    Type
    Similar Opportunities
    A--Request for Proposals - Phase I Clinical Trials
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for Phase I clinical trials aimed at developing small molecule and biologics therapeutics, as outlined in RFP No. 75N95024R00086. The selected contractor will be responsible for comprehensive services including protocol development, trial management, and reporting to regulatory agencies, with a focus on safety, tolerability, and pharmacokinetics of the investigational therapeutics. This initiative is crucial for advancing therapeutic development in the field of neurology, ensuring compliance with FDA and ICH GCP standards throughout the trial process. Proposals are due by October 3, 2024, with a contract performance period from April 1, 2025, to March 31, 2035, and a maximum contract value of $233,227,446. Interested parties can contact Evan C. Feely at evan.feely@nih.gov or +1 301 827 5301 for further information.
    Globus High Assurance Subscription Renewal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew the Globus High Assurance Subscription through a non-competitive contract with the University of Chicago. This procurement aims to secure proprietary software essential for the NIH scientific community, facilitating secure and efficient data transfers between the Helix/Biowulf and other computational centers. The Globus service is critical for NICHD scientists, ensuring they have the necessary tools for their research activities. Interested parties must submit their capability statements and proposals by September 13, 2024, with the contract period set from September 30, 2024, to September 29, 2025. For further inquiries, contact Michael Falzone at falzoneml@nih.gov or call 13018271873.
    Q--Multi-scale Phenotyping of Heart Failure in Diverse Populations.
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a federal contract titled "Multi-scale Phenotyping of Heart Failure in Diverse Populations." This initiative aims to explore and analyze heart failure across various demographics, focusing on the development of comprehensive phenotyping methodologies. The services required fall under the NAICS code 541990, which encompasses all other professional, scientific, and technical services, and the PSC code Q301, related to medical laboratory testing. Interested parties can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call 301-402-5571 for further details. The presolicitation notice indicates that the procurement process is underway, and potential bidders should prepare their submissions accordingly.
    Histopathology Services to Support On-going Small Animal Product Efficacy Studies for Viruses with Pandemic Potential
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified vendors to provide histopathology services to support ongoing small animal product efficacy studies for viruses with pandemic potential. The procurement aims to engage professional veterinary histopathology services for the preparation and evaluation of H&E-stained slides from infected tissues, which are critical for assessing the efficacy of candidate vaccines and therapeutics. This initiative underscores the importance of rigorous scientific evaluations in pandemic preparedness, with the contract encompassing a base quantity of five studies and options for up to 30 additional studies. Interested vendors must submit their quotes by 3:00 PM ET on September 13, 2024, to Seth Schaffer at seth.schaffer@nih.gov, with inquiries due by September 9, 2024.
    Furniture
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking a contractor to provide uninterrupted access to the Web of Knowledge platform, a critical resource for NIH researchers. The procurement aims to ensure the maintenance and technical support of this commercial database, which includes the integration of open URL enabled software and periodic software updates, essential for linking search results to library holdings and document delivery services. This acquisition is vital for supporting NIH's research capabilities, as the platform has been utilized for over fifteen years and is uniquely provided by QRS, Inc., the sole vendor capable of delivering these services due to proprietary protections. Interested parties can contact Shannon Scarboro at scarboros@od.nih.gov or call 301-435-3807 for further details regarding this 8(a) Sole Source opportunity.
    Surveys and Cognitive Tasks
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), is seeking a vendor for a non-competitive contract to provide account management, planning, and maintenance for online crowd-sourced surveys and cognitive tasks related to depression and anxiety. The primary objective is to facilitate participation in these surveys for individuals both with and without mental health conditions, thereby supporting research efforts in this critical area. This procurement falls under NAICS code 541910, with a contract period of one year, and is scheduled for award on or around September 23, 2024. Interested parties must submit their capability statements and proposals by September 23, 2024, at 9:00 a.m. Eastern Standard Time, to Robin Knightly at Robin.Knightly@nih.gov.
    R--Clinical Support Services for NINDS, Stroke Branch
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for Clinical Support Services for the Stroke Branch of the National Institute of Neurological Disorders and Stroke (NINDS). The objective is to secure clinical support from an acute care hospital located within 15 miles of NIH, focusing on the evaluation and treatment of patients suffering from acute strokes and traumatic brain injuries, utilizing advanced MRI technology. This initiative is crucial for advancing research efforts in stroke therapy and ensuring compliance with ethical standards for human subject protections. Interested offerors must submit their proposals electronically via the NIH eCPS platform by September 9, 2024, and can direct inquiries to Marlene E. Milgram at MILGRAMM2@NIDA.NIH.GOV or by phone at +1 301 594 0864.
    A Solicitation of the National Institutes of Health (NIH) and The Centers for Disease Control and Prevention (CDC) for Small Business Innovation Research (SBIR) Contract Proposals
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) and the Centers for Disease Control and Prevention (CDC) seek proposals from small businesses for innovative research projects under the Small Business Innovation Research (SBIR) program. The upcoming solicitation, PHS-2025-1, will open on August 2, 2024, with a closing date of October 18, 2024, and aims to foster healthcare technological innovation and commercialization. Research topics span cancer research, aging, and various health concerns. Offerors must demonstrate the technical and commercial viability of their proposals. This solicitation invites applications for Phase I, Fast Track, and Direct to Phase II projects, with evaluations based on scientific merit, commercial potential, and performance quality. Successful small businesses could receive funding for their research initiatives, contributing to NIH and CDC mission objectives.
    A--Jackson Heart Studies (JHS) Technical Center Renewal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the renewal of the Jackson Heart Studies (JHS) Technical Center. This procurement aims to continue the vital research and development activities focused on cardiovascular health, particularly within the context of the Jackson Heart Study, which is significant for understanding health disparities in the African American population. The selected contractor will be responsible for providing health research and development services, with a presolicitation notice indicating that the contract details will be forthcoming. Interested parties can reach out to Matthew Jovinelli at matthew.jovinelli@nih.gov or (301) 827-8315 for further information.
    STANDING ORDER FOR NOVA BIOMEDICAL LABORATORY SUPPLIES
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking quotes for a standing order of Nova Biomedical laboratory supplies. This procurement, identified by solicitation number RFQ-NIAID-24-2230810, requires specific brand-name items essential for laboratory operations, including various microsensor cards and calibrator cartridges, with a total quantity of 44 items to be delivered in multiple shipments over the next year. The selected contractor will be awarded a firm fixed-price purchase order based on technical capability and pricing, with submissions due by September 3, 2024, at 12:00 PM EST. Interested vendors should direct inquiries to Maliaka Pinkney at maliaka.pinkney@nih.gov or call 240-669-5308.