RFP No.
NHLBI-RR-02-02
"Caenorhabditis Genetics
Center"
Ladies and Gentlemen:
The National Heart, Lung, and Blood Institute (NHLBI) is soliciting proposals
on behalf of the National Center For Research Resources (NCRR) for services to
provide a Caenorhabditis Genetics Center (CGC) for acquisition, storage,
characterization, and distribution of wild-type and mutant nematodes, primarily
of the species Caenorhabditis elegans. In addition, the Contractor shall
provide services of maintaining and distributing the genetic map of C.
elegans, relevant publications, and the development and communication of
uniform genetic terminology for this species.
This Streamlined Technical Request For Proposal (RFP) consists of 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. The section entitled "Specific
RFP Instructions and Provisions" contains, for example, the proposal intent
response form and the address for delivery of your proposal. The section
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:
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 PATRICIA A.
SMITH, CONTRACTING OFFICER, AT THE FOLLOWING INTERNET ADDRESS:
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 August 7, 2001, at 4:30 p.m. local time
at the address listed in the item entitled "Packaging
and Delivery of Proposals". Also, please complete the form entitled "Proposal
Intent Response Sheet" and send it to the address indicated therein on or
before June 18, 2001. This will allow us to expedite preparations for the
peer review of proposals. Finally, your proposal must be organized and submitted
in accordance with the "Technical
Proposal Table of Contents." All three of these items are found under the
"Specific
RFP Instructions and Provisions" portion of this RFP, which follows the
technical evaluation criteria section.
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. (This form is contained in this NIH WEB site
under the FORMS,
FORMATS, AND ATTACHMENTS file found in STREAMLINED
RFP REFERENCES.) This information will be used to ensure that there will be
no conflict of interest when selecting review committee members.
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"
(PDF and MS Word) also located at the site for FORMS, FORMATS, AND
ATTACHMENTS.
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 THE CLAUSE ENTITLED, "LATE PROPOSALS, MODIFICATIONS OF
PROPOSALS, AND WITHDRAWALS OF PROPOSALS". The full text is in the Optional RFP
Instructions and Provisions file of the Streamlined
RFP References Directory.
If you have any additional questions regarding this RFP, please contact Mrs.
Smith through the Internet using the electronic mail address listed above or
phone (301) 435-0345, fax (301) 480-3430. COLLECT CALLS WILL NOT BE
ACCEPTED.
SUBMISSION OF PROPOSALS USING FACSIMILE OR ELECTRONIC 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, return to the original site for
the NIH Request For
Proposals Directory. 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,
"REPRESENTATIONS AND CERTIFICATIONS" (MS Word--WP--PDF to download and complete the representations
and certifications that must be submitted with your 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,
ARTICLE C.1. STATEMENT OF WORK
The Biological Models and Materials Program (BMMP) in the Division of Comparative Medicine, National Center for Research Resources (NCRR), was established in October 1989 to provide for the development and support of cell systems, lower organisms and nonbiological models for biomedical research, and to provide critical biological materials for the research community. The NCRR recognizes the importance of high quality biomaterials and genetically defined animal models. The Caenorhabditis Genetics Center (CGC) is part of an overall NCRR strategy to provide model systems that facilitate research in many areas of biomedical research. The CGC is used by extramural grantees of several NIH Institutes and Centers (ICs). The CGC is the major resource for the acquisition, storage, and distribution of genetic stocks of Caenorhabditis elegans (a nematode). It is also a major source of bibliographic and genetic information related to C. elegans. Because of the multidisciplinary nature of the users' research, the NCRR co-funded the CGC during the contract period 1984-1986, with the National Institute on Aging (NIA). In 1986, the major portion of the support for the CGC was transferred to NCRR under Contract No. N01-RR-4-2111. The contract was recompeted, and awarded to the University of Missouri, Columbia (N01-RR-9-2113). That contract expired on September 30, 1992. The contract was recompeted and contract N01-RR-2-2101 was awarded by the NCRR to the University of Minnesota, St. Paul, with an expiration date of May 31, 1997. The contract was recompeted by NHLBI, on behalf of NCRR, and the award was made to the University of Minnesota, St. Paul. Contract N01-RR-22101 with the University of Minnesota was extended to continue the services through May 31, 2002.
Objectives
The objectives of this contract are to acquire and distribute wild-type and mutant strains of C. elegans and related nematode species, to characterize these strains, and to stimulate research using C. elegans as a model system. The CGC is expected to provide a genetic resource to investigators using C. elegans as a model in biological research. The CGC also receives reprints of publications and data (raw and analyzed), stores these materials, verifies genetic status and/or scientific accuracy and distributes mutant strains, bibliographic and genetic information to individual scientists and the scientific public at large. This contract requires that the Contractor perform these activities for a five-year period. The principal objective of the Government is the continuation of the C. elegans resource through the operation of a CGC that acquires, maintains and distributes mutant strains of the nematode C. elegans for biological/biomedical research.
Work to be Performed
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 below.
The Contractor, acting as the CGC, shall perform the following tasks:
Approximately 200-400 strains of C. elegans shall be acquired each year from collaborating laboratories. The originating laboratory shall be encouraged to provide information on acquired strains, including: strain name, description of mutant phenotype, name of contained mutation(s), mutagen used to produce mutation, whether back-crossed and if so, how many times, genes affected by contained mutation(s), map location(s) of contained mutation(s), and data used to determine the map. Shipping costs for C. elegans acquisitions shall be borne by the donating laboratory. The Contractor shall exert best effort to assure that the strain collection will include minimally one allele of each identified gene, all available chromosomal rearrangements, knock-out mutants as they become available, available closely-linked double mutants and other multiple mutants useful for mapping, and stable transgenic lines carrying sequences from other species. Novel alleles of well-characterized genes, such as temperature-sensitive alleles, dominant alleles, and nonsense suppressible alleles shall also be collected. Acquisitions shall be subcultured, cleaned of contaminants, stored as frozen replicates, and, if necessary, as active stocks. Precautions shall be established to maximize safety of frozen stocks from accidental loss. At the time of contract award, the Contractor shall have in place an acceptable plan for assuring safety from accidental loss due to power failure or other foreseeable accidents.
ARTICLE C.2. TECHNICAL REPORTING REQUIREMENTS
Quarterly and Annual Progress Reports and a Final Report will be required in this project.
Copies of the progress and final reports shall be sent to the following addresses:
Project Officer
1
Request for Proposal No.:
NHLBI-RR-02-02
Issue Date:
May 17, 2001
Issued By:
Patricia A. Smith
Contracting Officer
NIH/NHLBI
Contracts Operations Branch
6701 Rockledge Drive MSC 7902
Bethesda MD 20892-7902
Purchase Authority:
42 USC 201, Public Health Service Act
Small Business Set-Aside:
No; NAICS Code 541710
Proposal Intent Due Date:
June 18, 2001
Proposal Due Date:
August 07, 2001, 4:30 PM (Eastern Time)
/s/
Patricia A. Smith
Contracting Officer
Number of Copies
Project Officer
Division of Comparative Medicine
National Center for Research Resources
National Institutes of Health
6705 Rockledge Drive Suite 6050 MSC 7965
Bethesda MD 20892-7965
2
Contracting Officer
Number of Copies
Contracting Officer
Contracts Operations Branch, NHLBI
National Institutes of Health
Rockledge Building MSC 7902
6701 Rockledge Dr
Bethesda MD 20817
ARTICLE F.1. DELIVERABLES
| Item No. | Description | Quantity | Delivery |
|---|---|---|---|
| 1. |
Genetic Map of C. Elegans |
1 |
Approximately 5/31/03 |
| 2. | C. Elegans Newsletter | 1 | Approximately every 3-6 months after contract award |
| 3. | Suitable WWW access to required data | 1 | As required in Article C.1. |
| 4. | Transition Plan | 3 | March 31, 2007 |
| 5. | Progress Reports | 3 | Quarterly Annual |
| 6. | Final Report | 3 | May 31, 2007 |
| 7. | Other Data described in Article C.1. | As directed | As Required |
| 8. | Financial Report (NIH Form 2706) per Article G.___ | 1 | Quarterly |
The above items shall be delivered to:
| Addressee | Deliverable Item No. | Quantity |
|---|---|---|
| Project Officer | 1. and 2. | 1 |
| Project Officer | 4. through 6. | 2 |
| Contracting Officer | 4. through 6. | 1 |
| Contracting Officer | 8. | 3 |
Selection of an offeror for contract award will be based on an evaluation of proposals against three factors. The factors in order of importance are: technical, cost/price, and small disadvantaged business (SDB) participation. The technical proposal will receive paramount consideration in the selection of the contractor(s) for this acquisition. Past performance is NOT an evaluation factor but will be considered in determining an offeror's responsibility in accordance with FAR 9.104-3(b). (Reference Applicable RFP References, Optional RFP Instructions and Provisions.) All evaluation factors other than cost/price, when combined, are significantly more important than cost/price. The trade-off process described in FAR 15.101-1 will be employed. This process permits tradeoffs among cost/price and non-cost factors and allows the Government to consider award to other than the lowest priced or highest technically rated offeror. In any event, the Government reserves the right to make an award to that offeror whose proposal provides the best value to the Government.
The evaluation will be based on the demonstrated capabilities of offerors in relation to the needs of the project as set forth in the RFP. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFP. Offerors must submit information sufficient to evaluate their proposals based on the detailed evaluation criteria/factors listed below.
The technical evaluation criteria are used by the technical evaluation committee when reviewing the technical proposals. The criteria below are listed in the order of relative importance with weights assigned for evaluation purposes.
Criterion 1. PERSONNEL
TOTAL POSSIBLE POINTS--40
Professional training and experience should include genetics, biochemistry and molecular genetics. Must have direct experience with C. elegans, including production and selection of mutants; culturing; genetic mapping; and a strong research publication record, including publications in the C. elegans field, as demonstrated by a curriculum vitae. Experience, and/or demonstrated ability to lead and manage an operation involving collection, characterization, storage and distribution to the research community of living organisms.
Technical training and experience in general laboratory procedures and technologies including: a basic understanding of microbiology, biochemistry and genetics; experience in the laboratory management of C. elegans stocks, including culture, transfer, maintenance, freezing, thawing and related record-keeping as demonstrated by a curriculum vitae.
Criterion 2. APPROACH TO TECHNICAL PROCEDURES
TOTAL POSSIBLE POINTS--20
Evidence of recognition and understanding of the objectives of the requirement as demonstrated by a discussion of the approach and procedures for C. elegans culture, and plans for periodic survival testing after storage, storage and prevention from accidental loss, shipping, determination of freedom from contamination, confirmation of visible phenotype and maintenance of the genetic map and bibliographies.
Criterion 3. CAPACITY TO MANAGE THE CGC
TOTAL POSSIBLE POINTS--20
Adequacy of the offeror's proposed method of professional coordination with participating laboratories and the NCRR as demonstrated by a discussion of: data management, including plan for computerization; previous experience in handling C. elegans mutants; long-term plans for periodic survival testing of a sample of strains; plans for announcements of the presence of the resource; reporting plans; and plans for interactions with C. elegans researchers to promote cooperative relationships among the CGC and user laboratories. Experience, and/or demonstrated ability to lead and manage an operation involving collection, characterization, storage and distribution to the research community of living organisms.
Criterion 4. FACILITIES AND EQUIPMENT
TOTAL POSSIBLE POINTS--20
Adequacy of facilities and equipment, including, but not limited to, laboratory and cryogenic space, media kitchen and dishwasher facilities, shipping and receiving facilities, laboratory and office space, research microscopes and equipment for cryopreservation.
Price analysis will be used to verify that the overall price offered is fair and reasonable. Cost/price analysis will be used to evaluate the reasonableness of individual cost elements when cost or pricing data are required. Cost analysis may be used to evaluate information other than cost or pricing data to determine cost reasonableness or cost realism.
Price Evaluation Adjustment for Small Disadvantaged Business Concerns
In accordance with FAR Clause 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, offerors will be evaluated by adding a factor of 10 percent to the price of all offers, except offers from small disadvantaged business (SDB) concerns that have not waived the price evaluation adjustment. In addition, offerors that satisfy the exception requirements under subparagraph (b) of FAR Clause 52.219-23 will not have the price evaluation adjustment factor added to their offers.
A SDB concern may elect to waive the price evaluation 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 price evaluation adjustment.) If the SDB concern elects to waive the price evaluation adjustment, it will be evaluated under the Small Disadvantaged Business Participation Factor cited in this Section, and participation in performance of the resultant contract shall include the work expected to be performed by SDB concerns at the prime contract level. Small businesses, other than SDB concerns, will also be evaluated under the Small Disadvantaged Business Participation Factor cited in this section. Any targets will be incorporated into and become part of the resulting contract. Credit under the small disadvantaged business participation factor is not available to small disadvantaged business concerns that receive a price evaluation adjustment.
Price Evaluation Preference for HUBZone Small Business Concerns
In accordance with FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, offers from HUBZone small business concerns will receive a price evaluation preference by adding a factor of 10 percent to all offers except those referenced at FAR Clause 52.219-4. The factor of 10 percent will be applied on a line item basis or to any group of items on which award may be made. Other evaluation factors, such as transportation costs or rent-free use of Government facilities, will be added to the offer to establish the base offer before adding the factor of 10 percent.
The evaluation will be based on information obtained from the Small Disadvantaged Business Participation Plan provided by the offeror, other relevant information obtained from named SDB concerns, any information supplied by the offeror concerning problems encountered in SDB participation, and other references available to the Government. Evaluation of the SDB Participation Plan will be based on consideration of all relevant facts and circumstances; it will not be based on absolute standards of acceptable performance.
SDB participation will not be scored, but the Government's conclusions about overall commitment and realism of the offeror's SDB Participation Plan will be considered in determining the relative merits of the offeror's proposal and in selecting the offeror whose proposal is considered to offer the best value to the Government. The SDB Participation Plan is a separate requirement from the Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan.
THE REMAINDER OF THIS RFP CONSISTS OF THE FOLLOWING SECTIONS:
NOTICE TO OFFERORS: 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 III. Applicable RFP References.
The following specific RFP instructions and provisions apply to this Request For Proposal:
RFP No. NHLBI-RR-02-02
TITLE OF RFP: Caenorhabditis Genetics Center
FURNISH THE INFORMATION REQUESTED BELOW AND RETURN THIS PAGE BY June 18, 2001. YOUR EXPRESSION OF INTENT IS NOT BINDING BUT WILL ASSIST US IN PLANNING FOR PROPOSAL EVALUATION.
I INTEND TO SUBMIT A PROPOSAL.
COMPANY/INSTITUTION NAME:
ADDRESS:
PROJECT DIRECTOR'S NAME:
TITLE:
TELEPHONE NUMBER:
NAMES OF COLLABORATING INSTITUTIONS AND INVESTIGATORS
(include Subcontractors and Consultants):
RETURN TO:
Review Branch
NIH, NCRR
6705 Rockledge Drive, MSC 7965
Bethesda MD 20892-7965
Attention: Dr. Charles Hollingsworth or FAX TO: Dr. Charles Hollingsworth at (301) 480-3660
Your proposal shall be organized as specified in the "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 NO. NHLBI-RR-02-02 TO BE OPENED BY AUTHORIZED GOVERNMENT PERSONNEL ONLY"
The number of copies required of each part of your proposal are:
TECHNICAL PROPOSAL: ORIGINAL* AND TWENTY-FIVE (25) COPIES
BUSINESS PROPOSAL: ORIGINAL* AND SIX (6) COPIES
DELIVER PROPOSAL TO:
National Institutes of Health
Review Branch
National Center For Research Resources
I Rockledge Building, Room 6100
6705 Rockledge Drive MSC 7965
Bethesda, MD 20817-7965
*THE ORIGINAL PROPOSAL MUST BE READILY ACCESSIBLE FOR DATE STAMPING.
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 or less.
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.
It is anticipated that one award will be made from this solicitation and that award will be made in May 2002.
It is anticipated that the award 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.
To assist you in the preparation of your proposal, the Government's requirement for the work set forth in the Statement of Work of this solicitation is set forth below (one person working one year at 100% effort equals 2,080 hours). It is estimated that the labor hours are constituted as specified below for each of the five years of the contract period. This estimate is furnished for the offeror's information only and is not to be considered restrictive for proposal purposes.
| Labor Category
|
Labor Hours/Yr.
|
|---|---|
| Principal Investigator | 208 |
| Curator | 2,080 |
| Other Professional and Support Personnel | 1,040 |
All staffing levels proposed should be accompanied by specific justifications as to the type and hours of work expected to be performed by all personnel. Offerors will be required to propose levels of commitment whether compensated or donated effort, necessary to complete the work described in their proposals. It is expected that realistic levels of effort will be proposed such that an offeror's understanding of the work will be apparent.
In accordance with FAR 52.233-2 SERVICE OF PROTEST (NOV 1988):
Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General accounting Office (GAO) shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Patricia A. Smith, Contracting OfficerHand-Carried Address:
National Institutes of Health
National Heart, Lung, and Blood Institute
Contracts Operations Branch
II Rockledge Center, Room 6124
6701 Rockledge Drive, MSC 7902
Bethesda MD 20817U.S. Postal Service:
National Institutes of Health
National Heart, Lung, and Blood Institute
Contracts Operations Branch
6701 Rockledge Drive, MSC 7902
Bethesda MD 20892-7902
One copy of any protest shall be received in the office designated above within one day of filing a protest with GAO.
Please number each page of text. 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:
The C. elegans strains, stock, mutants and related genetic materials, computer database bibliographic and data information and genetic map data which constitute the current CGC will be provided as Government furnished property to the successful contractor for this acquisition at contract initiation.
Small Disadvantaged Business Participation Plan
In accordance with FAR part 15.304(c)(4), the extent of participation of Small Disadvantaged Business (SDB) concerns in performance of the contract in the authorized SIC Major Groups will be evaluated in unrestricted competitive acquisitions expected to exceed $500,000 ($1,000,000 for construction) subject to certain limitations (see FAR 19.1202-1 and 19.1202-2(b). The dollar amounts cited above include any option years/option quantities that may be included in this solicitation. The definition of a "small disadvantaged business" is cited in FAR 19.001.
NOTE: The SDB Participation Plan is a separate requirement from the Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan described elsewhere in this solicitation, if applicable. Offerors shall submit a Small Disadvantaged Business Participation Plan which includes the following information in one clearly marked section of their business proposal:
A plan on the extent of participation of SDB concerns in performance of the contract. Participation in performance of the contract includes the work expected to be performed by SDB concern(s). This can include SDB (as prime contractor), joint ventures, teaming arrangements, and subcontracts. Include the following information in your SDB participation plans:
*NOTE: FAR Subpart 9.6 defines "Contractor team arrangements" to include two or more companies forming a partnership or joint venture to act as a potential prime contractor, or a potential prime contractor who agrees with one or more companies to have them act as its subcontractors on a specific contract or acquisition program. For purposes of evaluation of the SDB participation factor, FAR 19.1202-4 requires that SDB joint ventures and teaming arrangements at the prime level be presented separately from SDB participation by subcontractors.
SDB participation information furnished in the plan described above will be used as an evaluation factor (see D. Evaluation Factors for Award, Small Disadvantaged Business Participation Factor.) The Government will focus on information that demonstrates realistic commitments to use SDB concerns relative to the size and complexity of the acquisition under consideration. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's commitment to SDB participation.
The Government is seeking to determine whether the offeror has demonstrated a commitment to use SDB concerns for the work that it intends to perform as the prime contractor. The assessment of the offeror's SDB Participation Plan will be used as a means of evaluating the relative capability and commitment of the offeror and the other competitors, e.g., an offeror with an exceptional record of participation with SDB concerns may receive a more favorable evaluation than another whose record of participation with SDB concerns is acceptable, even though both may have acceptable technical proposals.
NOTE: Offers to rely on SDB concerns merely for such activities as provision of supplies and basic services such as travel arrangements, unless such supplies and arrangements are of significant value and are an integral part of contract performance, will be considered of negligible value for the purposes of evaluating the SDB participation plan.
Uniform Resource Locators (URLs) in Contract Proposals
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.
Past Performance Information
ARTICLE G.___CONTRACT-RELATED INCOME REIMBURSEMENT PROCEDURES
This section identifies the items located in the Streamlined RFP References that are applicable to this Request For Proposal (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" listed below, and except that the following sections are deleted from the Standard RFP Instructions and Provisions: delete Standard RFP Instructions and Provisions, G. General Instruction "19. Small Disadvantaged Business Participation" and delete Standard RFP Instructions and Provisions, I. Business Proposal Instruction "3. Qualifications of the Offeror". (These 2 topics are covered under Part II. SPECIFIC RFP INSTRUCTIONS AND PROVISIONS of this solicitation.)
The following items are applicable from the file entitled "OPTIONAL RFP INSTRUCTIONS AND PROVISIONS". The full text of the provisions is available in the file.
List of provisions which apply to this specific RFP:
The following items are applicable to this specific RFP and are located in the file entitled "FORMS, FORMATS, AND ATTACHMENTS", under Streamlined RFP References:
SUBMIT WITH TECHNICAL PROPOSAL (with original and every copy of technical proposal)
SUBMIT WITH BUSINESS PROPOSAL:
OTHER--TO BE SUBMITTED LATER:
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 | RFP References | NIH RFP Directory | NHLBI Home | NIH Home