Request for Proposal Under BAA-DR-03-01
| Broad Agency Announcement: | NIDCR-BAA-DR-03-01 |
| Issue Date: | July 15, 2002 |
| Issued By: | Kristiane E. Cooper, Contracting Officer NIH/NHLBI Contracts Operations Branch 6701 ROCKLEDGE DR MSC 7902 BETHESDA MD 20892-7902 |
| Telephone Number: | (301) 402-6462 |
| FAX Number: | (301) 480-3432 |
| E-Mail: | kc116y@nih.gov |
| Purchase Authority: | 42USC201, Public Health Service Act |
| Small Business Set-Aside: | No; NAICS 541710 |
| Proposal Intent Due Date: | October 15, 2002 (See Proposal Instructions and Information) |
| Proposal Due Date: | November 15, 2002, 4:00 PM (Eastern Time) |
COMBINED SOLICITATION FORM AND COVER LETTER
Ladies and Gentlemen:
The National Heart, Lung, and Blood Institute (NHLBI) is issuing this Request for Proposal (RFP) for a Broad Agency Announcement (BAA) on behalf of the National Institute for Dental and Craniofacial Research (NIDCR). Offerors are invited to submit a proposal in accordance with the requirements of this BAA entitled "International Research Registry Network for Sjögren's Syndrome."
The Broad Agency Announcement is authorized by Federal Acquisition Regulation (FAR) 6.102. BAAs are used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state of the art or increasing knowledge or understanding rather than focusing on a specific system or hardware solution. Proposals received as a result of this BAA will be evaluated in accordance with the evaluation criteria specified herein through a peer review process. Proposals will not be evaluated against a specific Government requirement, as in the case of a conventional RFP, as they are not submitted in accordance with a common work statement.
The Government anticipates that it will make one award based on this announcement. It is expected that this award will be a multi-year, cost-reimbursement, completion type contract. The length of time for which funding is requested should be consistent with the nature and complexity of the proposed research. The NIDCR estimates that the award under this solicitation will be for five (5) years. The total estimated costs for this contract award under this solicitation is estimated to be $10,000,000. An award is expected to be made on or about September 30, 2003. An award document will be tailored to the final negotiations with the selected offeror and modified, as necessary, for the type of organization, cost or price arrangements, and other elements as negotiated prior to award.
This BAA includes this combined solicitation form and cover letter (PART A), and three additional components as follows:
These components contain the technical information required for the submission of a proposal for this acquisition. In addition, there are two other sections in this specific RFP. Section I entitled "Specific RFP Instructions and Provisions" contains, for example, the address for delivery of your proposal. Section II entitled "Applicable RFP References" lists those items in the STREAMLINED RFP REFERENCES directory that apply to this RFP, including forms for submission of the proposal. The Streamlined RFP References directory is located at URL: http://www4.od.nih.gov/ocm/contracts/rfps/mainpage.htm
The information contained in this streamlined electronic RFP represents all the necessary information required for the submission of a proposal for this acquisition. Following proposal submission and review, additional information will be requested by the Contracting Officer during discussions (if applicable).
Although these documents contain sufficient information for you or your organization to submit a proposal, if you intend to submit a proposal in response to this RFP, IT IS ESSENTIAL THAT YOU IMMEDIATELY NOTIFY KRISTIANE E. COOPER, CONTRACTING OFFICER, AT THE FOLLOWING E-MAIL ADDRESS: kc116y@nih.gov
IF YOU DO NOT NOTIFY THE CONTRACTING OFFICE OF YOUR INTENT TO SUBMIT A PROPOSAL, YOU WILL NOT RECEIVE AN INDIVIDUAL NOTICE OF ANY AMENDMENTS TO THE RFP, IF ANY ARE ISSUED. HOWEVER, ALL AMENDMENTS WILL BE POSTED ON THE NIH WEB SITE.
The original and twenty-five (25) copies of your technical proposal and the
original and six (6) copies of your business proposal must be received by
the Contracting Office no later than November 15, 2002, 4:00 P.M.
(Eastern Standard Time) at the address listed in the item entitled
"Packaging and Delivery of Proposals". Offers will
be valid for 120 days unless a different period is specified by the offeror
on the form entitled, "Proposal Summary and Data Record, NIH 2043" (
)
also located at the site for FORMS,
FORMATS, AND ATTACHMENTS.
Also, please complete the form entitled "Proposal Intent Response Sheet" and send it to the address indicated therein on or before October 15, 2002. This will allow us to expedite preparations for the review of proposals.
The Business and Technical Proposals must be separate from one another in the proposal package, as the peer review panel will only receive the Technical Proposal. The Business Proposal must be signed by an authorized official of your organization and must contain a detailed breakdown of costs by year for each cost category/element. The basis for all costs must be explained and supporting documentation must be submitted with the proposal. See "Standard RFP Instructions and Provisions" in the NIH RFP Home Page for more details on the Business Proposal requirements. As part of this electronic RFP, we have included a template cost spreadsheet in Microsoft Excel. Information relevant to the cost spreadsheet is located in this RFP, under Specific RFP Instructions, "Other Provisions," Item K. Offerors are requested to complete this spreadsheet and include it with their business proposal.
You are reminded that the "Technical Proposal Cover Sheet" (
) must be completed in full detail and used as the cover sheet for each copy of your technical proposal. It is very important that you list all professional personnel and organizations named in the proposal that have any role in the proposed work, including staff of the primary organization (offeror), subcontractors, collaborating organizations, and consultants. This information will be used to ensure that there is no conflict of interest when selecting review committee members. BE ADVISED THAT YOUR TECHNICAL PROPOSAL IS SUBJECT TO PAGE LIMITATIONS. The format and content of your technical proposal along with page limitation information is detailed in the Technical Proposal Table of Contents/Format under Specific RFP Instructions, item G.
Please note that one copy of the Representations and Certifications (
) must be submitted with the offeror's proposal.
NOTE: IF YOUR PROPOSAL IS NOT RECEIVED BY THE CONTRACTING OFFICER OR DESIGNEE AT THE PLACE AND TIME SPECIFIED, THEN IT WILL BE CONSIDERED LATE AND HANDLED IN ACCORDANCE WITH HHSAR 352.215-70, see Section II of this RFP, Applicable RFP References, Item 1.E, "Late Proposals, HHSAR 352.215-70."
If you have any additional questions regarding this RFP, please contact Ms. Kristiane E. Cooper through the Internet using the electronic mail address kc116y@nih.gov, or by phone (301) 402-6462, or fax (301) 480-3432. Collect calls will not be accepted.
SUBMISSION OF PROPOSALS USING FACSIMILE OR E-MAIL IS NOT AUTHORIZED.
NOTE: DIRECTIONS FOR ACCESSING THE "STREAMLINED RFP REFERENCES" REFERRED TO THROUGHOUT THIS RFP ARE AS FOLLOWS:
After reviewing this Request For Proposal, type in URL: "http://www4.od.nih.gov/ocm/contracts/rfps/mainpage.htm". In this directory, entitled "NIH Request For Proposals Directory", following the list of NIH Institutes by name, is the section entitled "STREAMLINED RFP REFERENCES". Select (click on) each section you wish to review:
"STANDARD RFP INSTRUCTIONS AND PROVISIONS" for proposal preparation instructions and other standard provisions,
"OPTIONAL RFP INSTRUCTIONS AND PROVISIONS" for the special provisions identified in this specific RFP,
"FORM, FORMATS, AND ATTACHMENTS" to download the forms listed in this specific RFP that you will need to submit a proposal, and
"SAMPLE CONTRACT FORMAT-GENERAL" to view some of the clauses that are typical for inclusion in a Research and Development type contract issued by NIH.
Sincerely,
/s/
Ms. Kristiane E. Cooper
Contracting Officer
This section presents the background for this solicitation and the technical objectives that the Government seeks to achieve through this BAA. Proposals should explain how the offeror shall contribute to these overall objectives. Any contract awarded as a result of this BAA shall incorporate the statement of work proposed by the offeror and negotiated and accepted by the Government.
The NIDCR supports research on the etiology, pathogenesis, prevention and treatment of Sjögren's syndrome through investigator-initiated research projects. However, it has become evident that the major hurdles in making progress in understanding this disorder are the lack of standardized diagnostic criteria, large and well-characterized patient populations, and sufficient high quality biological specimens, particularly those for genetic information and other assays. The availability of such information and materials will allow researchers and clinicians to make scientific progress regarding the etiology, prevalence or incidence, and pathogenesis of Sjögren's syndrome and will promote the development of novel preventative and therapeutic strategies for these patients.
Therefore, the NIDCR plans to award a contract for an International Research Registry Network for Sjögren's syndrome to establish standardized diagnostic criteria and to collect, store and process clinical data and specimens from patients for further studies. The proposed contract would support the collection of clinical data from Sjögren's syndrome patients and their families. It is expected that the information to be collected by the registries will facilitate future research projects on the etiology, pathogenesis, prevention, and treatment of Sjögren's syndrome. Collection of patient materials, including saliva, blood, tissues, and other samples for research purposes, will be included as part of the International Research Registry Network.
RESEARCH AND TECHNICAL OBJECTIVES
RESEARCH OBJECTIVES
Independently, and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work as set forth below.
The NIDCR is seeking to establish an International Research Registry Network that will: 1) develop a set of standardized diagnostic criteria for Sjögren's syndrome which will be used for the purpose of research, prevention, diagnosis, and treatment of Sjögren's syndrome, 2) collect, process and store patients' clinical data and specimens, and 3) provide these resources to researchers who are interested in basic and clinical studies on this disease. The offeror is expected to address all the technical objectives described below. As part of the proposal, the offeror should describe the proposed structure of the International Research Registry Network among different countries, present a plan for developing and testing the diagnostic criteria and explain how these criteria will be used to identify patients with Sjögren's syndrome. The offeror should also present a plan for collecting, processing, shipping and storing clinical information and biological specimens from such patients and their families.
TECHNICAL OBJECTIVES
[NOTE 1 TO OFFERORS: Offerors should submit one proposal that addresses all technical objectives (A-D). The proposal should be submitted in one volume. The proposal will be reviewed as a whole].
This project will focus on the establishment of an International Research Registry Network for Sjögren's syndrome. Collaborations with existing Sjögren's syndrome research groups such as local research institutions or organizations or individual research projects are encouraged.
The International Research Registry Network for Sjögren's syndrome shall consist of four to five Research Groups located in different countries and one central Coordinating Center. The prime contractor shall establish both a Research Group and a Coordinating Center in the United States. It is envisioned (though not mandated) that the Coordinating Center will be established at the same site as the U.S. based Research Group. The International Research Groups will likely participate as subcontracts to the prime contract. The participation of international Research Groups in different geographical areas, such as Europe, Asia (Japan or China), and Australia will allow for a study of the influence of different ethnicities, races, and geographical locations on the etiology of Sjögren's syndrome, and facilitate in the development of diagnostic criteria that are universally acceptable. A Principal Investigator shall be designated for the Coordinating Center and each Research Group. The Principal Investigators will be responsible for overseeing and managing their respective components of the International Research Registry Network.
The Research Groups must have appropriate facilities for storing biological specimens. All clinical data shall be stored at the Coordinating Center while biological specimens collected by the participating Research Groups shall be stored in established repositories at the respective subcontractor sites or at a repository established in the United States.
The Research Groups shall be established at locations where the following conditions are met: 1) availability of fully or partially characterized Sjögren's syndrome populations; 2) availability of a team of well-trained and experienced Sjögren's syndrome professionals, including physicians, nurses, data-processors and staff knowledgeable in biological specimen-collection; 3) sufficient laboratory space well-equipped with computers, software, and other necessary equipment; and 4) appropriate facilities for storing biospecimens.
The Research Groups shall work with the Coordinating Center in developing the protocol used for the study. The Research Groups shall be responsible for adhering to the procedures that are part of the protocol, i.e., patient recruitment, data and specimen collection, informed consent materials, etc. The Research Groups shall provide technical and administrative oversight and transmit accurate clinical data to the Coordinating Center as required by the protocol.
The Coordinating Center shall have overall responsibility for the operation of the International Research Registry Network. The Coordinating Center shall coordinate the development of and finalization of the protocol used for the study, prepare statistical and other reports as needed, and monitor the study progress, quality of data and participating centers' performance, etc. The Coordinating Center shall coordinate all aspects of data collection and data management, conduct site visits, and advise the NIDCR Project Officer on the progress of the study.
The contractor shall establish and deliver a set of diagnostic criteria not later than the end of second year of the contract. The criteria shall meet the following standards:
The International Research Registry Network shall select and characterize patient populations to accomplish the following technical goals:
The International Research Registry Network shall develop dissemination procedures for the purpose of providing clinical data and biological specimens to investigators for basic and clinical research. A Dissemination Plan will be approved by the Sjögren's Syndrome Advisory Committee (SSAC), and become part of the protocol prior to any dissemination of clinical information or biological specimens to researchers. The Principal Investigators of the International Research Registry Network shall develop qualification requirements as well as a review mechanism for providing clinical data and specimens stored in the International Research Registry Network to investigators interested in using such materials. Beginning in the fourth year of the contract, the International Research Registry Network will begin disseminating clinical information and biological specimens to researchers. The application form requesting information and /or materials stored in the International Research Registry Network will need to include:
In addition, the application form shall include an agreement that all results derived from studies using the clinical data and/or biological specimens shall be reported to the International Research Registry Network. An acknowledgment to the International Research Registry Network shall be included in all publications which contain any results from studies based on data obtained from the network. The following materials are considered to be publications: a) articles in journals, b) abstracts and presentations in meetings, conferences, and symposia, and c) book chapters.
ADDITIONAL TECHNICAL PROPOSAL INSTRUCTIONS
Each proposal shall include:
[NOTE 2 TO OFFERORS: Your proposal should include cost information to support the SSAC. For budgetary purposes, assume $10,000 per year for the annual meeting]
In addition to the required reports set forth elsewhere in this Schedule, the preparation and submission of regularly recurring Technical Progress Reports will be required in any contract resulting from this solicitation. These reports will require descriptive information about the activities undertaken during the reporting periods. For proposal preparation purposes only, it is estimated that reports will be required as follows:
The initial report shall be submitted for the first full twelve months of performance including any fractional part of the initial month. Annual reports thereafter shall be submitted at 12 month intervals. An annual report is not required for the period when the final report is due.
Copies of reports shall be sent to the following addresses:
| Item | Description | Quantity | Delivery Schedule |
|---|---|---|---|
| 1 | Program Plan | 3 | 90 days after contract start |
| 2 | Annual Technical Reports | 3 | Annually |
| 3 | Final Report | 3 | Contract expiration date |
| 4 | Annual Technical Progress Report for Clinical Research Study Populations | 3 | Annually |
| 5 | Standardized Diagnostic Criteria | 3 | The end of the second year |
| 6 | Protocol | 3 | As required in the contract |
| 7 | Dissemination Plan | 3 | As required in the contract |
| 8 | Abstracts and Manuscripts | 2 | As required in the contract |
| 9 | Plan for Future Support | 3 | As required in the contract |
| 10 | Other Reports | 3 | As required in the contract |
| 11 | Subcontracting Report for Individual Contracts (294) | 1 | April 30 and October 31 annually |
| 12 | Summary Contracting Report (295) | 1 | October 31 annually |
| 13 | Human Subject Assurances OF-310 | 1 | Annually |
| 14 | Data and Specimens Collected | TBD | To be specified |
The items above shall be delivered to the following addresses:
| Addressee | Deliverable Item # | Quantity |
|---|---|---|
| Contracting Officer Contracts Operations Branch, DEA, NHLBI Two Rockledge Center, Room 6136 6701 Rockledge Drive, MSC 7902 Bethesda, MD 20892-7902 |
1, 2, 3, 4, 5, 6, 7, 9, 10, 11, 12, 13 | 1 |
| Project Officer National Institute of Dental and Craniofacial Research 45 Center Drive, Room 4an18a Bethesda, MD 20892-6401 |
1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 14 | 2 |
The Government will make an award to the responsible offeror whose proposal provides the best value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective offerors in relation to the evaluation criteria as set forth herein. Each proposal must document the feasibility of successful implementation of the requirements of the BAA. The estimated cost of an offer must be reasonable for the tasks to be performed, and in accordance with FAR 15.305, will be subject to a cost realism analysis by the Government.
All technical proposals will undergo evaluation by a peer review group also known as the Technical Evaluation Panel (TEP). The merits of each proposal will be evaluated carefully against the technical evaluation criteria below. Proposals will not be evaluated against each other since they are not submitted in accordance with a common work statement.
The primary basis for selecting proposals for award shall be technical, importance to agency programs, and the availability of funds which the NIDCR determines to exist at the time of award selection. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price.
It is anticipated that technical discussions will be held with all offerors whose proposals remain under consideration after the TEP evaluation. Cost negotiations may be necessary as well.
The NIDCR reserves the right to make awards for only certain portions of proposed work.
Past performance is not an evaluation factor but will be considered in determining the offerors responsibility in accordance with FAR 9.104-3(b) (Reference Applicable RFP References, Optional RFP Instructions and Provisions).
The offeror's Small Disadvantaged Business (SDB) Participation Plan (see Section I, Specific RFP Instructions and Provisions, Item K) will be evaluated after the initial technical evaluation. Only those offerors being considered further for award, will be evaluated.
TECHNICAL EVALUATION CRITERIA
The technical evaluation criteria below are to be used by the Technical Evaluation Panel when reviewing technical proposals. The criteria below are listed in order of relative importance with weights assigned for evaluation purposes.
| 1. | Scientific and Technical Merit | 50 Points |
| Adequacy, feasibility and technical merit of the proposed methods and approaches for establishing and maintaining an International Research Network for Sjögren's syndrome, proposed methods for establishing standardized diagnostic criteria for Sjögren's syndrome, and the adequacy of the proposed plan to collect the appropriate information from patients and their families, including access to patient populations, and method of quality assurance and updating data. Adequacy of the proposed plan for disseminating clinical and biological specimens to researchers. | ||
| 2. | Staff Experience | 40 Points |
| Demonstrated expertise and experience of the Principal Investigators and other staff related to patient recruitment, case ascertainment, information dissemination, diagnosis, and follow-up for the proposed International Research Registry Network. Demonstrated expertise and capability to compile information/data for the research network and the ability to interact with the research community interested in the evaluation of Sjögren's syndrome. Documented experience with managing projects with similar complexity. Demonstrated familiarity with the basic science that relates to the disease. | ||
| 3. | Facilities/Equipment/Resources | 10 Points |
| Availability of adequate facilities, equipment and resources necessary to support the technical objectives. Adequacy of computer systems for the input and maintenance of data files and of proposed measures taken to assure security of the data. | ||
| TOTAL: | 100 Points | |
THE REMAINDER OF THIS RFP CONSISTS OF THE FOLLOWING SECTIONS:
SECTION I. SPECIFIC RFP INSTRUCTIONS AND PROVISIONS
NOTICE TO OFFEROR: This section contains proposal instructions and information which are specifically related to this acquisition. The information provided below is only a portion of the instructions and notices required for the submission of a proposal. References to additional, more general, information and forms regarding proposal preparation are contained under Section II. Applicable RFP References.
The following specific RFP instructions and provisions apply to this Request For Proposal:
|
NOTE: This Notice is for the Technical Evaluation Review Group who will be reviewing the proposals submitted in response to this RFP. THE OFFEROR SHALL PLACE A COPY OF THIS NOTICE BEHIND THE TITLE PAGE OF EACH COPY OF THE TECHNICAL PROPOSAL.
This proposal shall be used and disclosed for evaluation purposes only, and a copy of this Government notice shall be applied to any reproduction or abstract thereof. Any authorized restrictive notices which the submitter places on this proposal shall be strictly complied with. Disclosure of this proposal outside the Government for evaluation purposes shall be made only to the extent authorized by, and in accordance with, the procedures in HHSAR paragraph 315.608-72.
Your proposal shall be organized in accordance with the guidelines provided in "Standard RFP Instructions and Provisions." Shipment and marking shall be as follows:
EXTERNAL PACKAGE MARKING
In addition to the address cited below, mark each package as follows:
"RFP/BAA NO. NIDCR-BAA-DR-03-01
TO BE OPENED BY AUTHORIZED GOVERNMENT PERSONNEL ONLY"
The number of copies required of each part of your proposal are:
TECHNICAL PROPOSAL: ORIGINAL* AND Twentyfive (25) COPIES
BUSINESS PROPOSAL: ORIGINAL* AND Six (6) COPIES
*DELIVER PROPOSAL TO:
If courier delivery service:
Review Branch
Division of Extramural Affairs
National Heart, Lung, and Blood Institute
Rockledge Building, Room 7091
6701 ROCKLEDGE DRIVE MSC 7924
BETHESDA, MD 20817-7924
*(Note: Proposals delivered in person will not be accepted)
If using U.S. Postal Service:
Review Branch, Division of Extramural Affairs
National Institutes of Health
National Heart, Lung, and Blood Institute
6701 ROCKLEDGE DRIVE MSC 7924
BETHESDA, MD 20892-7924
*THE ORIGINAL PROPOSAL MUST BE READILY ACCESSIBLE FOR DATE STAMPING.
THIS REQUIREMENT IS NOT SET-ASIDE FOR SMALL BUSINESS. However, the FAR requires in every solicitation (except for foreign acquisitions) the inclusion of the NAICS code and corresponding size standard which best describes the nature of the requirement in the solicitation.
NOTE: The following information is to be used by the offeror in preparing its Representations and Certifications, specifically in completing the provisions entitled, SMALL BUSINESS PROGRAM REPRESENTATIONS, FAR 52.219-1:
The North American Industry Classification System (NAICS) code for this acquisition is 541710.
The small business size standard is 500 employees.
It is anticipated that one award will be made from this solicitation and that the award will be made on or about September 30, 2003.
It is anticipated that an award made from this solicitation will be a multiple-year cost reimbursement, completion type contract with a period of performance of five years, and that incremental funding will be used.
In accordance with FAR 52.233-2 SERVICE OF PROTEST (AUG 1996):
Mr. Robert BestThe copy of any protest shall be received in the office designated above within one day of filing a protest with GAO.
Chief, Contracting Operations Branch
National Heart, Lung, and Blood Institute
National Institutes of Health
6701 Rockledge Drive, MSC 7902
Bethesda, MD 20892-7902
Please number each page of text. The technical proposal, excluding resumes, biosketches and appendices, is limited to 100 pages. Type density and size must be 10-12 points If constant spacing is used, there should be no more than 15 cpi, whereas proportional spacing should provide an average of no more than 15 cpi. There must be no more than six lines of text within a vertical inch. The technical proposal should be organized as follows:
PROVIDE NARRATIVE FOR:
In accordance with FAR Clause 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, incorporated in Section I.3., offerors will be evaluated by adding a factor of 10 percent to the price of all offers, except offers from small disadvantaged business concerns that have not waived the adjustment. Note: A listing of other offerors who are excepted and will not have this evaluation factor added to their offer may be found in subparagraph (b) of FAR Clause 52.219-23.
A small disadvantaged business concern may elect to waive the adjustment, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraph (d) of FAR Clause 52.219-23 do not apply to offerors that waive the adjustment.
AN OFFEROR WHO ELECTS TO WAIVE THIS EVALUATION ADJUSTMENT MUST SPECIFICALLY INDICATE WITH A STATEMENT TO THIS EFFECT ON THE COVER PAGE OF ITS BUSINESS PROPOSAL.
This procurement action requires the contractor to do one or more of the following: design, develop, or operate a system of records on individuals to accomplish an agency function in accordance with the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 USC 552a) and applicable agency regulations. Violation of the Act may involve the imposition of criminal penalties. The Privacy Act System of Records applicable to this project is Number 09-25-0200, Clinical, Epidemiology and Biometric Studies of the NIH. The notice was published in the Federal Register, Volume 64, number 229 on November 30, 1999 (http://www.access.gpo.gov/su_docs/aces/PrivacyAct.shtml).
To help ensure the protection of the life and health of all persons, and to help prevent damage to property, the Contractor shall comply with all Federal, State and local laws and regulations applicable to the work being performed under this contract. These laws are implemented and/or enforced by the Environmental Protection Agency, Occupational Safety and Health Administration and other agencies at the Federal, State and local levels (Federal, State and local regulatory/enforcement agencies).
Further, the Contractor shall take or cause to be taken additional safety measures as the Contracting Officer, in conjunction with the project or other appropriate officer, determines to be reasonably necessary. If compliance with these additional safety measures results in an increase or decrease in the cost or time required for performance of any part of work under this contract, an equitable adjustment will be made in accordance with the applicable "Changes" Clause set forth in this contract.
The Contractor shall maintain an accurate record of, and promptly report to the Contracting Officer, all accidents or incidents resulting in the exposure of persons to toxic substances, hazardous materials or hazardous operations; the injury or death of any person; and/or damage to property incidental to work performed under the contract and all violations for which the Contractor has been cited by any Federal, State or local regulatory/enforcement agency. The report shall include a copy of the notice of violation and the findings of any inquiry or inspection, and an analysis addressing the impact these violations may have on the work remaining to be performed. The report shall also state the required action(s), if any, to be taken to correct any violation(s) noted by the Federal, State or local regulatory/enforcement agency and the time frame allowed by the agency to accomplish the necessary corrective action.
If the Contractor fails or refuses to comply promptly with the Federal, State or local regulatory/enforcement agency's directive(s) regarding any violation(s) and prescribed corrective action(s), the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action (as approved by the Federal, State or local regulatory/enforcement agencies) has been taken and documented to the Contracting Officer. No part of the time lost due to any stop work order shall be subject to a claim for extension of time or costs or damages by the Contractor. The Contractor shall insert the substance of this clause in each subcontract involving toxic substances, hazardous materials, or operations. Compliance with the provisions of this clause by subcontractors will be the responsibility of the Contractor.
The offeror's business proposal shall include the basic cost/pricing information specified in the Standard RFP Instructions and Provisions, under the Streamlined RFP References Directory referenced in this RFP. Please include information to substantiate the proposed costs or prices, including payroll documentation, vendor quotes, invoice prices, and/or any other information relevant to aid the Government in evaluating the reasonableness of the price or to determine cost realism. Before award, submission and certification of cost or pricing data may be required. The cost spreadsheets should be in Microsoft Excel using the format located at http://ocm.od.nih.gov/contracts/rfps/buscost.htm. A diskette or CD Rom containing the Microsoft Excel spreadsheets should be attached to the original proposal. As an alternative to submitting the file on diskette, you may send the Microsoft file by electronic mail to kc116y@nih.gov.
All proposals must be self-contained within the specific page limitations cited elsewhere in this solicitation. Unless otherwise specified, URLs/Internet addresses shall not be used to provide information necessary to the review because reviewers are under no obligation to review the Internet sites.
Evaluation of Small Disadvantaged Business (SDB) Participation Plans will be made based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has demonstrated their commitment and capability to use SDB concerns for the work that it intends to perform as the prime contractor.
SECTION II. APPLICABLE RFP REFERENCES
This section identifies the items located in the Streamlined RFP References that are applicable to this Request For Proposal (RFP). The files identified below must be retrieved, in whole or in part, in order to submit a proposal in response to this RFP. The entire file entitled "STANDARD RFP INSTRUCTIONS AND PROVISIONS" is applicable to this RFP, except as modified by the inclusion of items from the "OPTIONAL RFP INSTRUCTIONS AND PROVISIONS" below. Note: all references to "competitive range"contained in the standard RFP instructions are hereby deleted because this is a BAA and not a conventional RFP.
List of optional provisions which apply to this specific RFP:
SUBMIT WITH TECHNICAL PROPOSAL (with original and every copy of technical proposal)
SUBMIT WITH BUSINESS PROPOSAL:
ANTICIPATED TO BE INCLUDED AS CONTRACT ATTACHMENTS:
The "SAMPLE CONTRACT FORMAT-GENERAL" under the Streamlined RFP References is applicable to this RFP. Selected clauses, applicable to this acquisition, will be included in the contract.
Top | NIH RFP Directory | NHLBI RFP Directory
RFP References | NIH Home | NHLBI Home | NIDCR Home