Maryland Bids > Bid Detail

Radiation Dosimetry Services

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • L - Technical Representative Services
Opps ID: NBD00159732473156731
Posted Date: Dec 16, 2022
Due Date: Dec 27, 2022
Solicitation No: 75N98023Q00006
Source: https://sam.gov/opp/b9bfbe1f12...
Follow
Radiation Dosimetry Services
Active
Contract Opportunity
Notice ID
75N98023Q00006
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH OLAO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 16, 2022 05:11 pm EST
  • Original Date Offers Due: Dec 27, 2022 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: L099 - TECHNICAL REPRESENTATIVE- MISCELLANEOUS
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

RADIATION DOSIMETRY SERVICES



COMBINED SYNOPSIS SOLICITATION





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and 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. This solicitation is being issued using Simplified Acquisition Procedures under the Authority of FAR Subpart 13.5.



This solicitation is a request for quotes under RFQ 75N98023Q00006. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2022-07, dated August 10, 2022. The associated North American Industry Classification System (NAICS) code for this procurement is 541380 - Testing Laboratories and Services, This RFQ is for full and open competition and is not set aside for small businesses.





PERFORMANCE WORK STATEMENT





Overview:



The National Institutes of Health (NIH) possesses a Nuclear Regulatory Commission (NRC) license authorizing the use of radioactive materials. NIH’s license requires routine monitoring for external personnel exposure, notifying individuals and supervisors of exposures approaching maximum permissible limits, and recommending remedial action when appropriate. Independently, and not as an agent of the Government (the Customer), the Contractor shall furnish the personnel, labor, facilities, equipment, parts, materials, and supplies necessary to provide a comprehensive exposure monitoring program including associated services in accordance with the requirements of the NIH license.



II. Performance Periods/Pricing:




  1. Initial Period of Performance. The initial contract performance period (base period) shall not exceed 12 months, and will commence on January 1, 2023 or on the date of the award, whichever is later. The Initial Period of Performance shall extend through December 31, 2023 or through the date that allows the performance period to extend 12 full months beyond the date of the award.

  2. Option Years. The Basic Period of Performance shall be followed by four consecutive Option Years, for which the Customer reserves the right for authorizing implementation, in 12-month increments.



III. Basic Service Description/Specifications:



A. Basic Services:



1. Whole Body Dosimeters:



a. General: Whole body monitoring systems will preferably utilize optically stimulated luminescence (OSL) or equivalent technology. The ideal system will involve the use of a single monitor capable of detecting beta, gamma, and neutron radiations that is designed for "clip-on" attachment to a worker's clothing. The system should possess a minimum reporting precision of 1 mrem with complete reanalysis capability to allow for dose measurement confirmation.




  1. Filters: The system shall incorporate filters that allow differentiation between the various types and energies of radiation encountered in a biomedical research facility. The system will be capable of qualitatively detecting and quantitatively measuring dose equivalents from low- and high-energy beta; low-, medium- and high-energy photon radiations; and neutrons in the thermal, intermediate, and fast ranges.

  2. Accreditation: NVLAP categories IA, IIA, IIIA, IV and VA as defined in ANSI N13.11 – 2009

  3. Minimum Dose Reported:



(1) gamma, x ray - 1 mrem



(2) energetic beta - 10 mrem



(3) neutron – 10 mrem thermal



20 mrem fast



f. Minimum Detectable Energies:



(1) gamma, x ray - 5 keV



(2) energetic beta - 150 keV



(3) neutron – 0.025 eV thermal



0.5 eV to 144 keV intermediate



> 144 keV fast



g. Minimum Detection Ranges:



(1) low and high energy gamma, x ray - 1 mrem to 1000 rem




  1. beta - 10 mrem to 1,000 rem

  2. neutron – 20 mrem to 25 rem



h. Analysis and quantification above 1000 rem must be available upon request.



Whole Body Monitor Option: The contractor may substitute or offer as an alternative to the OSL system another currently available dosimetry technology, providing that the performance characteristics and the information available from the dosimeter provide comparable quantitative and qualitative data such as: static vs. dynamic exposure, shielded exposure, (i.e. an image of the exposure is available).




  1. Extremity (Wrist) Dosimeters:



a. General: Personal dosimeters for extremity monitoring applications should be wrist-type beta-gamma monitors utilizing OSL or an equivalent technology. The extremity beta-gamma monitor shall be of similar construction and capability as the whole body beta-gamma monitor except for a watchband type strap that allows for attachment to a worker's wrist(s).




  1. Accreditation: NVLAP extremity categories 1A, IIA, IIIA, IVA as defined in ANSI N13.32 – 2018

  2. The detection capabilities and ranges shall be the same as those listed above for the whole body beta-gamma monitors.



Extremity Monitor Option: The contractor may substitute or offer as an alternative to the OSL system another currently available dosimetry technology, providing that the performance characteristics and the information available from the dosimeter provide comparable quantitative and qualitative data such as: static vs. dynamic exposure, shielded exposure, (i.e. an image of the exposure is available).



3. Extremity (Ring) TLD:




  1. General: Ring dosimeters shall be thermoluminescent dosimeter (TLD) extremity finger monitors. The monitors shall be designed either as an adjustable ring or supplied in a minimum of three sizes. The ring shall be designed with a label that bears all necessary identifying information and shall be impervious to fading/smearing due to moisture/washing. The TLD dosimeter shall be manufactured of Harshaw TLD-100 LiF ribbon or equivalent that is near tissue equivalency, and must possess high sensitivity, a low fade rate, and be extremely durable.

  2. Accreditation: NVLAP extremity categories IB, IC, IIC, IID, IIIB, IIIC, IIID as defined in ANSI N13.32 – 2018

  3. Minimum Dose Reported:



(1) gamma, x ray - 10 mrem



(2) energetic beta - 10 mrem



d. Minimum energy sensitivity:



(1) gamma, x ray - 10 keV



(2) energetic beta - 200 keV



e. Minimum Detection Ranges:



(1) low and high energy gamma, x ray - 10 mrem to 1,000 rem



(2) beta over 1 MeV - 50 mrem to 1,000 rem




  1. Analysis and quantification above 1000 rem must be available upon request.

  2. Ultraviolet Sensitivity: possible exposure to UV radiation shall me minimized or eliminated by the use of UV absorbing materials.

  3. Sterilization: Rings must be capable of being sterilized by gases such as ethylene oxide, or by solutions such as Betadine, Cidex, Wescodyne, or other similar products.



Extremity Ring TLD Option: The contractor may substitute or offer as an alternative to the extremity ring monitor another currently available dosimetry technology, providing that the performance characteristics and information available from the dosimeter meets or exceeds that provided by the ring TLD described above.



4. General Purpose TLD




  1. General: A general purpose TLD monitor should be available that consists of a holder with filters and multiple TLD inserts that can be analyzed independently. The holder and dosimeter shall have physical characteristics similar to items 1 and 2.

  2. Accreditation: NVLAP categories I through VI as defined in ANSI N13.11 – 2009, Personnel Dosimetry Performance – Criteria for Testing.

  3. Minimum Dose Reported:



(1) gamma, x ray - 10 mrem



(2) energetic beta - 40 mrem



d. Minimum Energy Sensitivity:



(1) gamma, x ray - 15 keV



(2) energetic beta - 200 keV



e. Minimum Detection Ranges:



(1) low and high energy gamma, x ray - 10 mrem to 1,000 rem



(2) beta over 1 MeV - 40 mrem to 1,000 rem




  1. beta from 200 keV to 1 MeV - 500 mrem to 500 rem energy corrected exposure to be available as required.



(4) analysis and quantification above 1,000 rem to be available under emergency circumstances.






    1. Eye/lens of eye dosimetry: a TLD system that enables the easy attachment of TLD's to glasses to evaluate eye exposure shall be provided.





General Purpose TLD Option: The contractor may substitute or offer as an alternative general purpose TLD another available technology, providing that the performance characteristics and information available from the dosimeter meets or exceeds that provided by the TLD system described above.



5. Neutron TLD




  1. General: Item 5 shall be a whole body neutron dosimeter with the capability to measure neutrons in the thermal, intermediate, and fast ranges. The neutron monitors shall be designed as a "clip on" attachment to a worker's clothing. The size shall be similar to the whole body beta-gamma dosimeter.

  2. Accreditation: NVLAP category VI as defined in ANSI N13.11 – 2009, Personnel Dosimetry Performance – Criteria for Testing.

  3. Minimum Dose Reported:



(1) Thermal - 10 mrem



(2) Intermediate/Fast - 20 mrem



d. Minimum Detectable Energies:



(1) Thermal - for energies under 0.5 eV



(2) Intermediate - for 0.5 eV to 144 keV



(3) Fast-energies above 144 keV and ranging to 40 MeV.



Neutron TLD Option: The contractor may substitute or offer as an alternative neutron TLD another available technology, providing that the performance characteristics and information available from the dosimeter meets or exceeds that provided by the neutron monitoring system described above.



6. TLD Chips



a. General: Bare, calibrated TLD chips enclosed in a polyethylene or paper envelope shall be used for controls, area monitors or other exposure measurement purposes.



Type of Energy of Dose Range



Radiation Radiation (rem) Error Limit (%)



X-ray, gamma .01 - 10 MeV .02 – 1000 (same as #6 above)



TLD Chip Option: The contractor may substitute or offer as an alternative another available technology, provided that the performance characteristics and information available from the dosimeter meets or exceeds that listed in this section.



7. Operational Dosimeters




  1. General: A general purpose, operational type monitoring system should be available that consists of a dosimeter/transmitter that can be analyzed independently, and repeated as frequently as necessary to allow for adequate ALARA oversight. The monitoring system should utilize smart card or other similar technology to allow for ease in assignment, dose assignment, and reassignment as necessary. The system should provide complete exposure tracking and reporting capability via an internet-accessible, Windows 2000 compatible database.

  2. Accreditation: Not applicable.

  3. Minimum Energy Sensitivity:



(1) gamma, x ray - > 5 keV



(2) energetic beta - > 200 keV





d. Minimum Detection Ranges:



(1) gamma, x ray - 5 mrem to 5 rem



(2) energetic beta - 5 mrem to 5 rem





Operational Dosimeter Option: The contractor may substitute or offer as an alternative Operational/Electronic Dosimeter another available technology, providing that the performance characteristics and information available from the dosimeter meets or exceeds that provided by the monitoring system described above.






    1. Quantity: The following quantity requirements may change over the life of this contract, with stated estimates reflecting current program requirements. Continuing program and regulatory review will dictate necessary changes in specific requirements for contract option years. It is not anticipated that the total number of persons monitored will vary by more than + 25% each year.







The contractor shall be able to provide weekly monitoring services for the following items:



Estimated Qty



Whole body beta-gamma (OSL and/or TLD) 25



Extremity finger ring beta-gamma (TLD) 100





The contractor shall perform monthly/bi-monthly monitoring services for the following items:



Estimated Qty



Whole body beta-gamma (OSL and/or TLD) 1000



Extremity wrist beta-gamma (OSL and/or TLD) 5 - 20



Extremity finger ring beta-gamma (TLD) 500



Whole body neutron 10





The contractor shall perform quarterly monitoring services for the following items:



Estimated Qty



General purpose monitor (OSL and/or TLD) 200





Each monthly shipment of dosimeters to the NIH campus shall also contain an extra 100 unassigned OSL (or equivalent) whole body monitors, 50 unassigned ring TLD’s, and 10 unassigned general purpose TLD monitors specifically designated as temporary employee issuances and/or control monitors. The exact number of temporary and control monitors may change at the discretion of the Division of Radiation Safety (DRS) Contracting Officer Representative (COR) in order to meet seasonal demands.





C. Software requirements:




  1. Software services shall be provided as follows:

    1. Data processing software that is completely compatible with the Windows XP operating environment, and capable of easily handling all data entry tasks related to the establishment of individual dosimeter services for personnel.

    2. An automated system capable of estimating and assigning doses based on exposure histories. For example, in the event a previously absent dosimeter is received and processed, the software in use must allow the actual dosimeter data to supercede the estimated value.

    3. The contractor shall maintain the capability to provide reports, both hard copy and electronic, to fulfill the requirement for generation of NRC Forms 4 and 5.

    4. Establishment of individual and/or group reporting ALARA thresholds for exposure notification on a wear period, quarterly, or cumulative basis.

    5. The Contactor shall be able to provide electronic data in a format compatible with the REMIT program and NRC REIRS database.

    6. NIH exposure records contain 108 characters and must be transferred via an accepted electronic data transfer product such as FTP, HTTPS, or TCP/IP. An account will be established on the DRS computer system to facilitate the data exchange, with the specific software used being determined at the time of contract award. The capability to perform electronic transfer of data shall be completed and operational within 1 month of the award of the contract. The data shall be in ASCII format and will include the following information in the following order:





Description Length Characteristics



Account Number 6 Numeric (ASCII)



Series Code 3 Alphanumeric



Participant Number 5 Numeric (ASCII)



Participant Name 16 Alphanumeric



Social Security Number 9 Numeric (ASCII)



Note Code 2 Alphanumeric



Dosimeter/Exposure Type 2 Alphanumeric



Begin Wear Date (MMDDYYYY) 8 Numeric (ASCII)



End Wear Date (MMDDYYYY) 8 Numeric (ASCII)



Deep Dose 5 Numeric (ASCII)



Shallow Dose 5 Numeric (ASCII)



Lens Dose 5 Numeric (ASCII)



Sex 1 Alphanumeric



Birth date (MMDDYYYY) 8 Numeric (ASCII)



Inception Date (MMYY) 4 Numeric (ASCII)



Energy Range 1 Alphanumeric



Processing Date (MMDDYYYY) 8 Numeric (ASCII)



Change Code 1 Alphanumeric



Frequency 1 Alphanumeric



Dosimeter Identifier (Spare) 7 Numeric (ASCII)



Account Number (Spare) 3 Numeric (ASCII)






    1. In addition to the requirements listed above The Contactor is responsible for the creation and maintenance of any look up or translation tables that would be necessary to correctly assign exposure data to the correct corresponding participant number in the DRS computer system.







D. Special Services:




  1. Monitor Analysis/Emergency Reading:



a. Routine evaluation must be accomplished within five (5) working days after receipt, with a written report of exposures provided within 10 working days after receipt.




  1. The Division of Radiation Safety shall be notified via electronic mail as soon as possible, but not later than 24 hours, after the evaluation of a monitor exceeding level 1 doses.

  2. For doses exceeding level 2 or if gross contamination is indicated, the contractor shall assign a physicist (or another expert who is experienced in evaluating exposure readings) to conduct a comprehensive evaluation of the monitor. A written report of this evaluation shall be completed and provided to the project officer within 2 working days after the initial exposure reading.



Note: Level 1 and level 2 doses may be found in the U.S. Nuclear Regulatory Commission's NUREG 1556, Vol 9 Rev 3, Appendix M, Table M-1.




  1. Monitors provided to the contractor for “emergency reading” shall be evaluated and the results reported to the DRS within 24 hours after receipt. Initial contractor notification to the Division of Radiation Safety shall be made via electronic mail.

  2. Currently the DRS requires expedited or "emergency" readings once a week for a shipment of approximately 100 – 120 extremity monitors.




  1. Reports:

    1. An analysis evaluation report shall be provided to the Division of Radiation Safety within 10 working days after receipt of the monitors.

    2. The report for each dosimeter series group shall appear on separate pages with the series group identified at the top of each page.

    3. Original copies of the report shall be transmitted electronically or paper copies to the DRS for the groups at the National Institutes of Health, Bethesda, Maryland. For groups located at the satellite facilities, the contractor shall send the original copy of the report to the field station with a copy to the DRS. The contractor shall also maintain copies of both reports.

    4. The contractor shall electronically transmit all data to the DRS’s computer system within 10 working days after receipt of the monitors. The data shall be transmitted to the DRS computer as soon as possible but absolutely no later than the mailing of the corresponding written report.

    5. It shall be possible to generate the following reports via the Windows XP compatible software:

      1. Quarterly or annual statistical summaries of dosimeter exposures of individuals, series groups, or by all participants.

      2. NRC Form 4 & 5 Reports or equivalent

      3. Missing dosimeter reports.

      4. Hardcopy dosimeter results reports.

      5. Secure reports that omit information that may be sensitive with regards to privacy issue concerns, social security number, birth date, etc.

      6. Electronic media reports including tape, diskette and/or CD-Rom.

      7. Fetal monitoring reports that track exposure to the fetus and the declared pregnant worker by month and cumulative since conception.

      8. Concurrent exposure reporting to show combined dose of workers being monitored at more than one location if they are being provided dosimetry at NIH, or being monitored by the dosimetry contractor at another location.

      9. Termination reports to show year to date exposure at the work site.

      10. Internal dose reports.



    6. Standard exposure reports shall track the EDE, TEDE, TODE, CDE to the maximally exposed organ and CEDE for active participants

    7. When requested by the Government, the contractor shall update and correct all personnel dosimetry records.



  2. Packaging/Handling:

    1. Prior to shipping, the Contractor will pre-sort the monitors into individual series groups for the purpose of distribution and reporting.

    2. In addition to pre-existing contractor's identification requirement, each permanently assigned monitor shall have a printed label with the user name, wear period, DRS ID/Part. No., series code, and unique monitor serial number that uses a standard bar code protocol.

    3. Monitors shall be furnished on a weekly, monthly, bi-monthly and quarterly basis and shall arrive at the specified installation at least seven working days prior to the end of the month.

    4. All monitors for a series group shall be packaged in an individual envelope or box, with a label bearing all required identifying information attached to the outside of each package.

    5. Each label shall display the DRS return address in the upper left corner with the series group address on the main body of the label.

    6. Shipping packages containing the monitors for each NIH facility shall contain at least one control dosimeter.

    7. The contractor shall, upon proper notification, accept requests for additional personnel monitoring services and fulfill these requests within seven working days after receipt.

    8. The contractor shall supply replacements holders as requested by the Project Officer. It is estimated that the NIH will require approximately 10 whole body beta-gamma holders per month.







OWNERSHIP:





All materials developed, and equipment and supplies provided, under the scope of this contract are the sole property of the Federal Government.





REPORTING REQUIREMENTS:





The contractor shall advise the program office and provide an overview of all work products and advice and guidance on work processes and methodologies.





The contractor shall provide NIH with a monthly invoice detailing work performed for the month.





The contracting officer’s representative (COR) on this contract, will review all invoices and reports and ensure reasonable costs.





Key Personnel:





The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts, the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract (including, when applicable, Human Subjects Testing requirements). If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days’ notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties.





Labor Category



Name of Individual(s) (add more rows as needed)



Person(s) approving contractor final review



TBD





End of Performance Work Statement







FAR and HHSAR Provisions/Clauses Incorporated by Reference:






  • FAR Provision 52.212-1 Instructions to Offerors—Commercial Items (Nov 2021)

  • FAR Clause 52.212-4 Contract Terms and Conditions—Commercial Items (Nov 2021)

  • FAR Clause 52.242-15 Stop-Work Order (Aug 1989)

  • HHSAR Clause 352.203-70 Anti-Lobbying (December 18, 2015)

  • HHSAR Clause 352.208-70 Printing and Duplication (December 18, 2015)

  • HHSAR Clause 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

  • HHSAR Clause 352.223-70 Safety and Health (December 18, 2015)

  • HHSAR Clause 352.224-71 Confidential Information (December 18, 2015)

  • HHSAR Clause 352.239-73 Electronic Information and Technology Accessibility Notice



(December 18, 2015)





FAR and HHSAR Provisions/Clauses Provided in Full






  • FAR Provision 52.212-3 Offeror Representations and Certifications—Commercial Items (Dec 2019)-Quoters are required to include a completed copy of the provision in their quote. See Attachment #1

  • FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (Jan 2020)-See Attachment #2

  • Invoicing Instructions-TBD at Award





Contracting Officers’s Representative (COR)



The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this Contract: TBD





The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance.



The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements.





The Government may unilaterally change its COR designation.





Evaluation Criteria





All quotes will be given a thorough review. The evaluation process will be based on Best Value with technical being more important than price. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).









Past Experience





The vendor has conducted annual QA/QC surveys of radiation producing devices and personnel shielding, dosimetry calculations for clinical research protocols, and facility shielding design as described in the statement of work







Excellent



Vendor has documented experience similar to that called for in the performance work statement to large-scale organizations as a routine part of its business. There were no quality problems.





Good



Vendor has provided services similar to that called for in the performance work statement to large-scale organizations on an occasional basis; vendor routinely provides similar services to small organizations. Nonconformances had no effect on achievement of contract requirements.





Fair



Vendor does not provide services similar to that called for in the performance work statement to large-scale organizations; vendor routinely provides similar services to small organizations. Nonconformances required minor resources to ensure achievement of contract requirements.





Poor



Vendor does not provide similar services to that called for in the performance work statement to large-scale organizations; vendor occasionally provides similar services to small organizations. Nonconformances required significant resources to ensure achievement of contract requirements.





Unsatisfactory



Vendor has no experience providing similar services to that called for in the performance work statement. Nonconformances compromised achievement of contract requirements.





Vendors will be evaluated on the quoter’s experience (which can be from the qualified personnel that would provide the services; however at least one must come from the vendor) in providing similar services and their demonstrated understanding of this requirement. Vendors shall provide information on at least 3 completed requirements, 1 of each of the sought services (dosimetry calculations, radiation producing device surveys, and shielding design) to include:






  • Contract/Order Number

  • Contract/Order Amount-Including Options

  • Contract/Order Type (T&M, FFP, etc)

  • Customer and CO Name, Phone Number, email address

  • General Contract/Order Description and how it fits with the requirement of the solicitation.





Technical Capabilities



The quote provides a clear, logical plan for organizing the tasks and feasible methods for delivering the services. The proposed approach also reflects a clear understanding of the services needed by the NIH including a description of how the services offered meets the technical requirements, informational capability and how it meets the overall requirements of the SOW. The vendor complies with contract requirements, uses appropriate personnel, and demonstrates technical excellence. The timeframes for performing and delivering the services are realistic. Vendor provides key personnel that meet or exceed the requirements under Section 4.3 of the solicitation. Vendor will provide resumes of key personnel as well as commitment letters for those who aren’t the vendor’s current employee.







Excellent



The proposed methods are logical and feasible, and they reflect a clear understanding of contract requirements. Vendor is expert in services requested. The timeframes for performing all tasks are realistic and reflect the proposed approach. All subcontract work and the subcontractors selected to perform the work are identified. Vendor has key personnel that exceed the qualifications requirements of the SOW





Good



The proposed methods are logical and feasible, and they reflect an adequate understanding of contract requirements. Vendor possesses adequate expertise in services requested. The timeframes for performing some tasks are unrealistic, but overall the timeframes reflect the proposed approach. All subcontract work is identified, as are most of the subcontractors selected to perform the work. The quote describes the method the vendor will use to select the remaining subcontractors. Vendor has the key personnel to meet the qualifications requirements of the SOW.





Fair



Vendor has key personnel to meet the qualifications requirements of SOW by the time the contract begins. While most of the proposed methods reflect an adequate understanding of the contract requirements, some are general or inappropriate. Vendor possesses superficial expertise in services requested. Though the proposed timeframes generally reflect the proposed approach, the timeframes for many tasks are unrealistic. All subcontract work is identified, but proposed subcontractors are not identified. The quote described the method the Vendor will use to select the subcontractors.





Poor



Vendor does not have any key personnel meeting the qualifications requirements of the SOW nor will they have them in time for the contract start date. Most of the proposed methods are general or inappropriate. Vendor possesses little or no expertise in services requested. The timeframes for most tasks are unrealistic and do not correspond to the proposed approach. All subcontract work is identified, but proposed subcontractors are not identified. The quote does not describe the method the vendor will use to select the subcontractors.





Unsatisfactory



The proposed methods are vague and do not demonstrate any sort of understanding of the contract requirements or services requested. It is unclear what, if any, work will be subcontracted. The quote does not describe the methods the vendor will use to select the subcontractors. Vendor does not have any key personnel meeting the qualifications requirements of the SOW nor will they have them in time for the contract start date.





Reporting Matters Involving Fraud, Waste AND Abuse:





Anyone who becomes aware of the existence or apparent existence of fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector General's Office in writing or on the Inspector General's Hotline. The tollfree number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is: Htips@od.dhhs.gov . The website to file a complaint on-line is: http://oig.hhs.gov/fraud/hotline/ and the mailing address is:



US Department of Health and Human Services

Office of Inspector General

ATTN: OIG HOTLINE OPERATIONS

P.O. Box 23489

Washington, D.C. 20026





NON-PERSONAL SERVICES





This contract is a "non-personal services contract" as defined in Federal Acquisition Regulation (FAR) Subpart 37.1. It is therefore, understood and agreed that the Contractor and the Contractor's employees: (1) shall perform the services specified herein as independent contractors, not as employees of the Government; (2) shall be responsible for their own management and administration of the work requirements and bear sole responsibility for complying with any and all technical, schedule, financial requirements, or constraints attendant to the performance of this contract; (3) shall be free from supervision control by and Government employee with respect to the manner or method of performance of the services specified; but (4) shall, pursuant to the Government's right and obligation to inspect, accept, or reject the work, comply with such general





Price Quote Instructions





Vendors are to fill in pricing for the all the line items (including option periods) listed as well as the estimated yearly total for the base and option periods. The price quote must also include attachment #1 and any signed amendments to the solicitation.





Evaluation of Quotes





All quotes will be given a thorough review. The evaluation process will be based on Best Value with technical being more important than price. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





Quote Submittal Instructions





Technical and Price Quotes (the technical and price quotes are to be separate documents/attachments) are due to Maya Joseph, Contract Specialist, via email at maya.joseph@nih.gov by Dec 27, 2022 at 4PM EST. Quotes delivered through fax, hand delivery, or mail will not be accepted. Electronic Quotes shall be in Microsoft Word, Excel, PowerPoint, or Adobe Acrobat. Please include the solicitation number RFQ 75N98023Q00006 and company name in the email subject line when responding to this solicitation. Price Quotes will include the vendor’s name, UEI number, and Tax ID number, as well as be valid for 60 calendar days or longer. Any questions can be sent to Ms. Maya Joseph via email at maya.joseph@nih.gov by December 20, 2022 at 4PM EST. Technical Quotes shall be no longer than 15 pages in length that outline the requirements in the Performance Work Statement (excluding resumes and commitment letters). Please contact Ms. Joseph by email or at 240-515-1447 to verify your quote was received.



List of Attachments






  1. FAR Provision 52.212-3 Offeror Representations and Certifications—Commercial Items (Dec 2019) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items


Attachments/Links
Contact Information
Contracting Office Address
  • 6011 EXECUTIVE BLVD., SUITE 503L
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 16, 2022 05:11 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >