Request for Proposal No.: | BAA NHLBI-HR-03-04 |
Issue Date: | January 31, 2003 |
Issued By: | David Merrell, Contract Specialist NIH/NHLBI Contracts Operations Branch 6701 ROCKLEDGE DR MSC 7902 BETHESDA MD 20892-7902 |
Telephone Number: | (301) 435-0340 |
FAX Number: | (301) 480-3338 |
E-Mail: | merrelld@nhlbi.nih.gov |
Purchase Authority: | 42USC201, Public Health Service Act of 1944, as amended |
Just In Time: | No |
Small Business Set-Aside: | No; NAICS 611710 |
Proposal Intent Due Date: | February 28, 2003 |
Proposal Due Date: | March 17, 2003 4:30 PM (Eastern Standard Time) |
The National Heart, Lung, and Blood Institute (NHLBI) is soliciting proposals under the subject Broad Agency Announcement (BAA). BAA's are used by Federal 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 in response to this BAA will be evaluated using the evaluation criteria specified herein through a peer review process. Proposals will not be evaluated against a specific Government requirement, as with conventional RFP's, as they are not submitted in accordance with a common statement of work.
Attention is directed to Part IV, Section L which contains the Project Description and Instructions. Note under Business Proposal Instructions the web-based instructions for submitting the detailed cost support of the proposed budget. Attention also is directed to Part IV, Section M for the Evaluation Criteria.
Toward preparations for review of proposals, submission of the completed Proposal Intent Response Sheet due February 28, 2003, is extremely important. In addition, if you intend to submit a proposal in response to this BAA, it is essential that you immediately notify David Merrell by e-mail at: dm416n@nih.gov. If you do not notify the Contract Specialist of your intent to submit a proposal, you will not receive an individual notice of any amendments to the BAA, if any are issued. However, all amendments will be posted on the NIH web site. The due date for submission of proposals is March 17, 2003, 4:30 p.m. e.s.t. The address for submitting proposals and packaging instructions are set forth in Part IV, Section L, II.2. Proposals from Federally Funded Research and Development Centers will not be accepted.
/s/
David Merrell
Contract Specialist
Contract Operations Branch
National Heart, Lung, and Blood Institute
TABLE OF CONTENTS
PART ITHE SCHEDULE
[This Solicitation, Offer, and Award is a Broad Agency Announcement, a special type of Request for Proposals or RFP. The text below in Sections B through K represents the anticipated language of a contract that would result from an award pursuant to this solicitation with information and editing as required appropriate to the successful proposal and offeror as awarded. Offerors may edit or substitute the clauses below as needed to represent their organization type and proposed contract type. Solicitation provisions and contract clauses are included below as required for negotiated acquisitions pursuant to a Request for Proposals.]
[Sample contract clauses follow below. For further guidance to fill out your proposal and/or to obtain variant clauses appropriate to your offer, see
http://ocm.od.nih.gov/contracts/rfps/SAMPKT.HTM#B. This draft is based on an anticipated cost- type, completion form, performance-based, incrementally funded research and development contract. Proposals for other contract types and forms should be altered accordingly to use the appropriate clauses and language. RFP provisions and instructions may be found at: http://rcb.cancer.gov/rcb-internet/wkf/sample-contract.htm.]
SECTION BSUPPLIES OR SERVICES AND PRICES/COSTS
ARTICLE B.1. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES
This Broad Agency Announcement (BAA) will result in a Tuberculosis Curriculum Coordinating Center (TCCC) which will establish a consortium of five (5) Tuberculosis Curriculum Centers to strengthen, expand, and increase access to the best ongoing educational and training opportunities in tuberculosis (TB) for medical, nursing, and allied health schools, especially those that provide primary care to communities where TB is endemic and the population is at high risk of developing TB.
ARTICLE B.2. ESTIMATED COST
Period | Amount |
---|---|
09/30/2004-09/29/2005 | |
09/30/2005-09/29/2006 | |
09/30/2006-09/29/2007 | |
09/30/2007-09/29/2008 | |
Total |
ARTICLE B.3. PROVISIONS APPLICABLE TO DIRECT COSTS
Notwithstanding the clause, ALLOWABLE COST AND PAYMENT, incorporated in this contract, unless authorized in writing by the Contracting Officer, the costs of the following items or activities shall be unallowable as direct costs:
Domestic Travel
ARTICLE B.4. ADVANCE UNDERSTANDINGS
Other provisions of this contract notwithstanding, approval of the following items within the limits set forth is hereby granted without further authorization from the Contracting Officer.
SECTION CDESCRIPTION/SPECIFICATIONS/WORK STATEMENT
ARTICLE C.1. STATEMENT OF WORK
Contracts awarded as a result of this BAA will incorporate the Statement of Work proposed by the offeror and negotiated and accepted by the Government and shall be incorporated in Section J.
ARTICLE C.2. REPORTING REQUIREMENTS
Technical Progress Reports
[In addition to the required reports set forth elsewhere in this Schedule, the preparation and submission of recurring Technical Progress Reports will be required in the contract resulting from this solicitation. These reports will require descriptive information about the activities undertaken during the reporting period and will require information about planned activities for future reporting periods. The specific content of these reports will be determined during negotiations.]
[For proposal preparation purposes only, it is estimated that copies of these reports will be required as described below. These reports are intended for use by all contractors in the program. For reports containing confidential or proprietary data, edited reports shall be submitted to the collaborating contractors and full reports, appropriately marked as to confidential data, shall be submitted to the Contracting Officer and the Project Officer.]
In addition to those reports required by the other terms of this contract, the contractor shall prepare and submit the following reports in the manner stated and in accordance with Article F.1. DELIVERIES of this contract:
Program Plan, Implementation Plan, Dissemination Plan, Milestone ScheduleA final program plan shall be submitted within 30 calendar days after contract award for review and approval. The program plan shall include the dissemination and implementation plans, and the milestone schedule with any negotiated changes. The program plan shall identify any performance concerns, critical decision points expected to result, and include a one-page graphic that reflects, by task, the key milestones. Updates to the program plan shall be submitted annually.
Abstracts and Manuscripts Abstracts and manuscripts shall be submitted 30 calendar days after publication.
Semi-Annual Progress ReportsThis report shall document and summarize all work results for the period covered. This report shall be in narrative form (2-3 pages) with sufficient detail to explain comprehensively the results achieved. The report shall identify progress made, problems encountered, a discussion of milestones met or missed, and a summary of activities planned for the next six months. The report shall also identify manuscripts in progress (submitted or published), lectures given, slides, videos, and other materials developed, and disclosure of intent to file copyright applications. Reports from the CCs and third level centers documenting their activities in these areas shall be submitted as part of the TCCC's report. The first reporting period consists of the first full six months of performance including any fractional part of the initial month. Thereafter, the reporting period shall consist of six full calendar months. A semi-annual report is not required for the period when an annual report is due.
Annual Technical ReportsThis report shall document and summarize all work results for the period covered. Specifically, the report shall include:
Final Technical ReportThis report shall consist of the work performed and results achieved for the entire contract period of performance. This report shall be in sufficient detail to describe comprehensively the results achieved, and the final Dissemination Plan including dissemination to date. The final report shall be submitted on or before the last day of the contract performance period.
SECTION DPACKAGING, MARKING, AND SHIPPING
The Contractor shall guarantee that all required materials be delivered in immediately usable and acceptable condition.
SECTION EINSPECTION AND ACCEPTANCE
National Institutes of Health
National Heart, Lung, and Blood Institute
Rockledge 2, Room 6104
6701 ROCKLEDGE DR MSC 7902
BETHESDA MD 20892-7902
Acceptance may be presumed unless otherwise indicated in writing by the Contracting Officer or the duly authorized representative within 30 days of receipt.
FAR Clause 52.246-9, INSPECTION OF RESEARCH AND DEVELOPMENT(SHORT FORM) (APRIL 1984).
SECTION FDELIVERIES OR PERFORMANCE
ARTICLE F.1. DELIVERIES
Satisfactory performance of this contract shall be deemed to occur upon performance of the statement of work as set forth in Article C.1. and delivery and acceptance by the Contracting Officer, or the duly authorized representative, of the following items in accordance with the stated delivery schedule.
The items specified below as described in Section C, Article C.2. shall be delivered f.o.b. destination as set forth in FAR 52.247-35, F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES (APRIL 84) and in accordance with and by the date(s) specified below [and any specifications stated in Section D, PACKAGING, MARKING AND SHIPPING, of this contract]:
Item | Description | Delivered to: | Delivery Schedule |
---|---|---|---|
1. | Program Plan, Implementation Plan, Dissemination Plan, and Milestone Schedule | Project Officer and Contracting Officer | Within 30 calendar days after contract award and annually thereafter |
2. | Abstracts and Manuscripts | Project Officer and Contracting Officer | 30 calendar days after publication |
3. | Semi-Annual Progress Reports | Project Officer and Contracting Officer | On the fifteenth calendar day following completion of each 6 months of performance, except when one of the following reports is due |
4. | Annual Technical Reports | Project Officer and Contracting Officer | On the final day of each year of contract performance except when item 5 below is due |
5. | Final Technical Report | Project Officer and Contracting Officer | On the completion date of the contract. |
[It may be necessary to revise this delivery schedule based on information included in the proposals received in response to the BAA.] |
Deliverables shall be sent to the following addresses:
Addressee | Item | Quantity |
---|---|---|
Project Officer DIVISION OF LUNG DISEASES, NHLBI 6701 ROCKLEDGE DR MSC 7952 BETHESDA MD 20892-7952 |
1-5 | 1 each |
Contracting Officer Contracts Operations Branch, DEA, NHLBI 6701 ROCKLEDGE DR, RM 6104 BETHESDA MD 20892-7902 |
1-5 | 1 each |
ARTICLE F.2. STOP WORK ORDER
This contract incorporates the following clause by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available.
FAR Clause 52.242-15, STOP WORK ORDER (AUGUST 1989) with ALTERNATE I (APRIL 1984).
SECTION GCONTRACT ADMINISTRATION DATA
ARTICLE G.1. PROJECT OFFICER
The following Project Officer will represent the Government for the purpose of this contract:
[To be named]
The Project Officer 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 of any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract.
The Contracting Officer hereby designates the Project Officer as the Contracting Officer's authorized representative responsible for signing software license agreements issued as a result of this contract. The Government may unilaterally change its Project Officer designation.
ARTICLE G.2. KEY PERSONNEL
Pursuant to the Key Personnel clause incorporated in this contract, the following individuals are considered to be essential to the work being performed hereunder:
NAME | TITLE |
---|---|
[To be named] | Program Manager |
[(and others as deemed appropriate)] |
ARTICLE G.3. INVOICE SUBMISSION/CONTRACT FINANCING REQUEST
Invoice/Financing Request Instructions for NIH Cost-Reimbursement Type Contracts NIH(RC)-1 (PDF format) are attached and made part of this contract. The instructions and the following directions for the submission of invoices/financing requests must be followed to meet the requirements of a "proper" payment request pursuant to FAR 32.9.
An original and two copies to the following designated billing office:
David Merrell
Contracts Specialist
Contracts Operations Branch
National Heart, Lung, and Blood Institute, NIH
Rockledge 2, Room 6104
6701 ROCKLEDGE DR MSC 7902
BETHESDA MD 20892-7902
Inquiries regarding payment of invoices should be directed to the designated billing office, (301) 435-0340.
ARTICLE G.4. LETTER OF CREDIT PAYMENT INFORMATION [Alternate]
Advance payments will be provided under Letter of Credit Number 7508_____ in accordance with Alternate V, Advance Payments Without Special Bank Account, of FAR Clause 52.232-12, Advance Payments. This clause is provided in full text in Article I.4. of this contract.
The contractor shall withdraw funds pursuant to Department of Treasury Circular 1075 (31 CFR Part 205, http://www.access.gpo.gov/nara/cfr/waisidx_00/31cfr205_00.html).
David Merrell
Contracts Specialist
Contracts Operations Branch
National Heart, Lung, and Blood Institute, NIH
Rockledge 2, Room 6104
6701 ROCKLEDGE DR MSC 7902
BETHESDA MD 20892-7902
Division of Payment Management
Rockwall Bldg #1 Suite 700
1400 ROCKVILLE PIKE
ROCKVILLE MD 20852
http://www.dpm.psc.gov/support/contact
ARTICLE G.5. CONTRACT FINANCIAL REPORT [To be used only with Alternate G.4]
ARTICLE G.6. INDIRECT COST RATES
In accordance with Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) Clause 52.216-7 (d)(2), Allowable Cost and Payment incorporated by reference in this contract in PART II, Section I, the cognizant Contracting Officer responsible for negotiating provisional and/or final indirect cost rates is identified as follows:
Chief, Division of Financial Advisory Services
Office of Acquisition Management and Policy
National Institutes of Health
6100 EXECUTIVE BLVD RM 6B05 MSC7540
BETHESDA MD 20892-7540
[Additional guidance on indirect costs is available from the Division of Financial Advisory Services, Office of Acquisition Management and Policy at http://ocm.od.nih.gov/dfas/idcsubmission.htm.]
ARTICLE G.7. GOVERNMENT PROPERTY
In addition to the requirements of the clause, GOVERNMENT PROPERTY, incorporated in Section of this contract, the Contractor shall comply with the provisions of DHHS Publication, Contractor's Guide for Control of Government Property (1990), which is incorporated into this contract by reference. Among other issues, this publication provides a summary of the Contractor's responsibilities regarding purchasing authorizations and inventory and reporting requirements under the contract. This publication can be accessed at http://knownet.hhs.gov/log/contractorsguide.htm
Requests for information regarding property under this contract should be directed to the following office:
Contracts Property Administrator
Division of Personal Property Services, NIH
6011 Building, Suite 639J
6011 EXECUTIVE BLVD MSC 7670 Telephone 301-496-6466
BETHESDA MD 20892-7670 Fax No. 301-496-8428
ARTICLE G.8. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE
Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR 42.15. The final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, one interim evaluation will be performed.
Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions.
Contractors that have Internet capability may access evaluations through a secure Web site for review and comment by completing the registration form that can be obtained at the following address: http://ocm.od.nih.gov/cdmp/cps_contractor.htm
The registration process requires the contractor to identify an individual that will serve as a primary contact and who will be authorized access to the evaluation for review and comment. In addition, the contractor will be required to identify an alternate contact who will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time frame.
SECTION HSPECIAL CONTRACT REQUIREMENTS
ARTICLE H.1. REIMBURSEMENT OF COSTS FOR INDEPENDENT RESEARCH AND DEVELOPMENT PROJECTS
The primary purpose of the Public Health Service (PHS) is to support and advance independent research within the scientific community. This support is provided in the form of contracts and grants totaling approximately 7 billion dollars annually. PHS has established effective procedures for stimulating and supporting this independent research by selecting from multitudes of applications those research projects most worthy of support within the constraints of its appropriations. The reimbursement through the indirect cost mechanism of independent research and development costs not incidental to product improvement would circumvent this competitive process.
To ensure that all research and development projects receive similar and equal consideration, all organizations may compete for direct funding of independent research and development projects they consider worthy of support by submitting those projects to the appropriate Public Health Service grant office for review. Since these projects may be submitted for direct funding, the Contractor agrees that no costs for any independent research and development project, including all applicable indirect costs, will be claimed under this contract.
ARTICLE H.2. PRIVACY ACT
This project may involve human subjects, although it will not involve risk to study participants. Surveys administered to assess the effectiveness of the TB curriculum materials could include individually identifiable information and therefore the Privacy Act would apply. 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 09-25-0220, Clinical, Epidemiology and Biometric Studies of the NIH. The Privacy Act notice can be found at: http://www.niaid.nih.gov/contract/privacy.pdf
ARTICLE H.3. OMB FORMS CLEARANCE
The Paperwork Reduction Act of 1980 encompasses Federal statistical programs, including the collection of data, authority over which was accorded to OMB under the Budget and Accounting Procedures Act of 1950. This law provides that a Federal agency shall not collect or sponsor a collection of information on identical items from 10 or more public respondents without: (1) obtaining approval from the Office of Management and Budget (OMB) for the data collection plans and instruments and for the information requirements in regulations; and (2) displaying a current OMB control number with the expiration date. If collecting research involving human subjects, either OMB forms clearance or a clinical exemption shall be obtained and an OMB control number assigned to the study. The Contractor shall not proceed with surveys or interviews until an OMB clearance for conducting interviews has been obtained by the Project Officer and the Contracting Officer has issued written approval to proceed.
ARTICLE H.4. NEEDLE EXCHANGE
Pursuant to Public Law(s) cited in paragraph b., below, contract funds shall not be used to carry out any program of distributing sterile needles or syringes for the hypodermic injection of any illegal drug. If this is a multi-year contract, it may be subject to unilateral modifications by the Government to incorporate future DHHS appropriation acts. |
|||
Public Law | FiscalYear | Period | |
---|---|---|---|
P.L. 107-116, §.505* | 2003 | 10/01/2002-09/30/2003 | |
* to be updated pending passage of legislation |
ARTICLE H.5. CONTINUED BAN ON FUNDING OF HUMAN EMBRYO RESEARCH
Pursuant to Public Law(s) cited paragraph b., below, NIH is prohibited from using appropriated funds to support human embryo research. Contract funds may not be used for (1) the creation of a human embryo or embryos for research purposes; or (2) research in which a human embryo or embryos are destroyed, discarded, or knowingly subjected to rish of injury or death greater than that allowed for research on fetuses in utero under 45 CFR 46.208(a)(2) and Section 498(b) of the Public Health Service Act (42 U.S.C. 289g(b)). The term "human embryo or embryos" includes any organism, not protected as a human subject under 45 CFR 46 as of the date of the enactment of this Act, that is derived by fertilization, parthenogenesis, cloning, or any other means from one or more human gametes or human diploid cells. A multi-year contract may be subject to unilateral modification by the Government to incorporate future DHHS appropriation acts.
Additionally, in accordance with a March 4, 1997, Presidential Memorandum, Federal funds may not be used for cloning of human beings. |
|||
Public Law | FiscalYear | Period | |
---|---|---|---|
P.L. 107-116,§.510* | 2003 | 10/01/2002-09/30/2003 | |
* to be updated pending passage of legislation |
ARTICLE H.6. SALARY RATE LIMITATION LEGISLATION PROVISIONS
Pursuant to Public Law(s) cited in paragraph b., below, no NIH Fiscal Year funds may be used to pay the direct salary of an individual through this contract at a rate in excess of applicable amount shown for the fiscal year covered. Direct salary is exclusive of overhead, fringe benefits, and general and administrative expenses. The per year salary rate limit also applies to individuals proposed under subcontracts. If this is a multi-year contract, it may be subject to unilateral modifications by the Government if an individual's salary rate exceeds any salary rate ceiling established in future DHHS appropriation acts. |
|||
Public Law | Fiscal Year | Dollar Amount of Salary Limitation |
|
---|---|---|---|
P.L. 107-116* | 2003 | Executive Level I | |
* to be updated pending passage of legislation |
|||
Effective January 1, 2003 for contract expenditures using FY2003 funds, the Executive Level I rate is $171,900 and will remain at that level until such time as it is determined to raise the Executive Schedule annual rates. See the following web site for Executive Schedule rates of pay: FY2003 EXECUTIVE LEVEL SALARIES: http://www.opm.gov/oca/03tables/html/ex.asp. |
ARTICLE H.7. INFORMATION TECHNOLOGY SYSTEMS SECURITY SPECIFICATIONS
ARTICLE H.8. ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS
Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by P.L.105-220 under Title IV (Rehabilitation Act Amendments of 1998) all Electronic and Information Technology (EIT) developed, procured, maintained and/or used under this contract shall be in compliance with the "Electronic and Information Technology Accessibility Standards" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR Part 1194. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/news/508-final.htm.
ARTICLE H.9. ENERGY STAR REQUIREMENTS
Executive Order 13123, "Greening the Government Through Efficient Energy Management" and FAR 23.203 require that when Federal Agencies acquire energy-using products, they select, where life-cycle cost-effective, and available, ENERGY STAR or other energy efficient products. Unless the Contracting Officer determines otherwise, all energy-using products acquired under this contract must be either an ENERGY STAR or other energy efficient product designated by the Department of Energy's Federal Energy Management Program (FEMP). For more information about ENERGY STAR see http://www.energystar.gov For more information about FEMP see http://www.eren.doe.gov/femp/procurement
ARTICLE H.10. PUBLICATION AND PUBLICITY
The contractor shall acknowledge the support of the National Institutes of Health whenever publicizing the work under this contract in any media by including an acknowledgement substantially as follows:
This project has been funded in whole or in part with Federal funds from the National Heart, Lung, and Blood Institute, National Institutes of Health, under Contract No. N01-HR-3
ARTICLE H.11. PRESS RELEASES
Pursuant to Public Law(s) cited in paragraph b., below, the contractor shall clearly state, when issuing statements, press releases, requests for proposals, bid solicitations and other documents describing projects or programs funded in whole or in part with Federal money: (1) the percentage of the total costs of the program or project which will be financed with Federal money; (2) the dollar amount of Federal funds for the project or program; and (3) the percentage and dollar amount of the total costs of the project or program that will be financed by nongovernmental sources. If this is a multi-year contract, it may be subject to unilateral modifications by the Government to incorporate future DHHS appropriation acts. |
|||
Public Law | Fiscal Year | Period | |
---|---|---|---|
P.L. 107-116, §.507* | 2003 | 10/01/2002-09/30/2003 | |
* to be updated pending passage of legislation |
ARTICLE H.12. 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 toll free number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The e-mail address is Htips@os.dhhs.gov and the mailing address is:
Office of Inspector General
Department of Health and Human Services
TIPS HOTLINE
PO BOX 23489
WASHINGTON DC 20026-3489
ARTICLE H.13. YEAR 2000 COMPLIANCE
In accordance with FAR 39.106, Information Technology acquired under this contract must be Year 2000 compliant as set forth in the following clause:
YEAR 2000 COMPLIANCESERVICE INVOLVING THE USE OF INFORMATION TECHNOLOGY: The Contractor agrees that each item of hardware, software, and firmware used under this contract shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the Year 1999 and the Year 2000 and leap year calculations.
ARTICLE H.14. ANTI -LOBBYING
Pursuant to Public Law(s) cited in paragraph c., below, contract funds shall not be used, other than for normal and recognized executive-legislative relationships, for publicity or propaganda purposes, for the preparation, distribution, or use of any kit, pamphlet, booklet, publication, radio, television, or video presentation designed to support or defeat legislation pending before the Congress or any State legislature, except in presentation to the Congress or any State legislature itself. If this is a multi-year contract, it may be subject to unilateral modifications by the Government to incorporate future DHHS appropriation acts. |
|||
Contract funds shall not be used to pay salary or expenses of the contractor or any agent acting for the contractor, related to any activity designed to influence legislation or appropriations pending before the Congress or any State legislature. If this is a multi-year contract, it may be subject to unilateral modifications by the Government to incorporate future DHHS appropriation acts. |
|||
Public Law and Section No. | Fiscal Year | Period | |
---|---|---|---|
for a, above: P.L. 107-116, §503(a)* | 2003 | 10/01/2002-09/30/2003 | |
for b, above: P.L. 107-116, §503(b)* | 2003 | 10/01/2002-09/30/2003 | |
* to be updated pending passage of legislation |
ARTICLE H.15. SUBCONTRACTING PROVISIONS
April 30th
October 30th
The Report shall be sent to the following address:
Contracting Officer
National Institutes of Health
National Heart, Lung, and Blood Institute
Rockledge 2, Room 6104
6701 ROCKLEDGE DRIVE MSC 7902
BETHESDA MARYLAND 20892-7902
October 30th
The first report shall be submitted after the first full year of this contract in addition to any fractional part of the year in which this contract became effective. One copy of this report shall be sent to the Contracting Officer at the address above. One copy of this report shall be mailed to the Office of Small and Disadvantaged Business Utilization, DHHS at the following addresses:
Office of Small and Disadvantaged Business Utilization
Department of Health and Human Services
Hubert H. Humphrey Bldg., Room 517-D
200 INDEPENDENCE AVE SW
WASHINGTON DC 20201-0004
ARTICLE H.16. HOTEL AND MOTEL FIRE SAFETY ACT OF 1990 (P.L. 101-391)
Pursuant to Public Law 101-391, no Federal funds may be used to sponsor or fund in whole or in part a meeting, convention, conference or training seminar that is conducted in, or that otherwise uses the rooms, facilities, or services of a place of public accommodation that do not meet the requirements of the fire prevention and control guidelines as described in the Public Law. This restriction applies to public accommodations both foreign and domestic.
Public accommodations that meet the requirements can be accessed at http://www.usfa.fema.gov/applications/hotel/search.cfm.
ARTICLE H.17. ABSTRACTS AND MANUSCRIPTS
In order to balance the oversight responsibility of the National Heart, Lung, and Blood Institute (NHLBI) with the authorization provided the contractor by the Rights in Data clause of this contract, the NHLBI has established a process to review manuscripts produced under this contract. Please note that the NHLBI does not require contractors to seek the Institute's approval of manuscripts.
In order to have sufficient time to conduct a meaningful review, please provide to the Institute's Project Officer and Contracting Officer advance notice of intent to submit a manuscript for publication at least 45 days prior to submission to the publisher. The advance notice should briefly describe the plans for publication of the manuscript. Concurrently or as soon as possible following this notice, please provide the manuscript just to the Project Officer.
Any comments from the NHLBI will be provided in writing within 15 days after receipt of the manuscript by the Project Officer. Comments expressed by the NHLBI about the manuscript shall not be a cause for action under the Disputes clause of the contract by either NHLBI or the contractor, since the NHLBI does not approve manuscripts.
ARTICLE I.1. GENERAL CLAUSES FOR A NEGOTIATED COST-REIMBURSEMENT CONTRACT WITH EDUCATIONAL INSTITUTIONSFAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEBRUARY 1998)
This contract incorporates the following clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available [FAR 52.252-2 (JUNE 1988)]. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/.
FAR CLAUSE NO. |
DATE | TITLE |
---|---|---|
52.202-1 | Dec 2001 | Definitions |
52.203-3 | Apr 1984 | Gratuities (Over $100,000) |
52.203-5 | Apr 1984 | Covenant Against Contingent Fees (Over $100,000) |
52.203-6 | Jul 1995 | Restrictions on Subcontractor Sales to the Government (Over $100,000) |
52.203-7 | Jul 1995 | Anti-Kickback Procedures(Over $100,000) |
52.203-8 | Jan 1997 | Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (Over $100,000) |
52.203-10 | Jan 1997 | Price or Fee Adjustment for Illegal or Improper Activity (Over $100,000) |
52.203-12 | Jun 1997 | Limitation on Payments to Influence Certain Federal Transactions (Over $100,000) |
52.204-4 | Aug 2000 | Printed or Copied Double-Sided on Recycled Paper (Over $100,000) |
52.209-6 | Jul 1995 | Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Over $25,000) |
52.215-2 | Jun 1999 | Audit and RecordsNegotiation (Over $100,000), Alternate II (Apr 1998) |
52.215-8 | Oct 1997 | Order of PrecedenceUniform Contract Format |
52.215-10 | Oct 1997 | Price Reduction for Defective Cost or Pricing Data |
52.215-12 | Oct 1997 | Subcontractor Cost or Pricing Data (Over $500,000) |
52.215-14 | Oct 1997 | Integrity of Unit Prices (Over $100,000) |
52.215-15 | Dec 1998 | Pension Adjustments and Asset Reversions |
52.215-18 | Oct 1997 | Reversion or Adjustment of Plans for Post-Retirement Benefits (PRB) other than Pensions |
52.215-19 | Oct 1997 | Notification of Ownership Changes |
52.215-21 | Oct 1997 | Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing DataModifications |
52.216-7 | Dec 2002 | Allowable Cost and Payment (Paragraph (a) is modified to delete the words "Subpart 31.2" and to add the words "Subpart 31.3") |
52.216-11 | Apr 1984 | Cost ContractNo Fee |
52.219-8 | Oct 2000 | Utilization of Small Business Concerns (Over $100,000) |
52.219-9 | Jan 2002 | Small Business Subcontracting Plan (Over $500,000) |
52.219-16 | Jan 1999 | Liquidated DamagesSubcontracting Plan (Over $500,000) |
52.222-2 | Jul 1990 | Payment for Overtime Premium (Over $100,000) (Note: The dollar amount in paragraph (a) of this clause is $0 unless otherwise specified in the contract.) |
52.222-3 | Aug 1996 | Convict Labor |
52.222-26 | Apr 2002 | Equal Opportunity |
52.222-35 | Dec 2001 | Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and and Other Eligible Veterans |
52.222-36 | Jun 1998 | Affirmative Action for Workers with Disabilities |
52.222-37 | Dec 2001 | Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and and Other Eligible Veterans |
52.223-6 | May 2001 | Drug-Free Workplace |
52.223-14 | Oct 2000 | Toxic Chemical Release Reporting |
52.225-1 | May 2002 | Buy American ActBalance of Payments ProgramSupplies |
52.225-13 | Jul 2000 | Restrictions on Certain Foreign Purchases |
52.227-1 | Jul 1995 | Authorization and Consent, Alternate I (Apr 1984) |
52.227-2 | Aug 1996 | Notice and Assistance Regarding Patent and Copyright Infringement (Over $100,000) |
52.227-11 | Jun 1997 | Patent RightsRetention by the Contractor (Short Form) (Note: In accordance with FAR 27.303(a)(2), paragraph (f) is modified to include the requirements in FAR 27.303(a)(2)(i) through (iv). The frequency of reporting in (i) is annual |
52.232-9 | Apr 1984 | Limitation on Withholding of Payments |
52.232-17 | Jun 1996 | Interest (Over $100,000) |
52.232-20 | Apr 1984 | Limitation of Cost |
52.232-23 | Jan 1986 | Assignment of Claims |
52.232-25 | Feb 2002 | Prompt Payment |
52.232-34 | May 1999 | Payment by Electronic Funds TransferOther Than Central Contractor Registration |
52.233-1 | Jul 2002 | Disputes |
52.233-3 | Aug 1996 | Protest After Award, Alternate I (Jun 1985) |
52.242-1 | Apr 1984 | Notice of Intent to Disallow Costs |
52.242-4 | Jan 1997 | Certification of Final Indirect Costs |
52.242-13 | Jul 1995 | Bankruptcy (Over $100,000) |
52.244-2 | Aug 1998 | Subcontracts, Alternate II (Aug 1998) *If written consent to subcontract is required, the identified subcontracts are listed in Article B.4., Advance Understandings |
52.244-5 | Dec 1996 | Competition in Subcontracting (Over $100,000) |
52.245-5 | Jan 1986 | Government Property (Cost-Reimbursement, Time and Material, or Labor-Hour Contract), Alternate I (Jul 1985) |
52.246-23 | Feb 1997 | Limitation of Liability (Over $100,000) |
52.249-5 | Sep 1996 | Termination for the Convenience of the Government (Educational and Other Nonprofit Institutions) |
52.253-1 | Jan 1991 | Computer Generated Forms |
HHSAR CLAUSE NO. |
DATE | TITLE |
---|---|---|
352.202-1 | Jan 2001 | Definitionswith Alternate paragraph (h) (Jan 2001) |
352.216-72 | Oct 1990 | Additional Cost Principles |
352.228-7 | Dec 1991 | InsuranceLiability to Third Persons |
352.232-9 | Apr 1984 | Withholding of Contract Payments |
352.233-70 | Apr 1984 | Litigation and Claims |
352.242-71 | Apr 1984 | Final Decisions on Audit Findings |
352.249-14 | Apr 1984 | Excusable Delays |
352.270-5 | Apr 1984 | Key Personnel |
352.270-6 | Jul 1991 | Publication and Publicity |
352.270-7 | Jan 2001 | Paperwork Reduction Act |
ARTICLE I.2. AUTHORIZED SUBSTITUTIONS OF CLAUSES:
[Any authorized substitutions and/or modifications other than the General Clauses which will be based on the type of contract/Contractor will be determined during negotiations.It is expected that the following clause(s) will be made part of the resultant contract:]
ARTICLE I.1. of this Section is hereby modified as follows:
FAR Clause 52.232-20, LIMITATION OF COST (APRIL 1984), is deleted in its entirety and FAR Clause 52.232-22, LIMITATION OF FUNDS (APRIL 1984), is substituted therefor.
ARTICLE I.3. ADDITIONAL CONTRACT CLAUSES
[Additional clauses other than those listed below which are based on the type of contract/Contractor shall be determined during negotiations. Any contract awarded from this solicitation will contain the following:]
This contract incorporates the following clauses by reference, (unless otherwise noted), with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
This contract incorporates the following clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clause(s) are attached and made a part of this contract:
NIH(RC)-7, Procurement of Certain Equipment (APRIL 1984) (OMB Bulletin 81-16).
ARTICLE I.4. ADDITIONAL FAR CONTRACT CLAUSES INCLUDED IN FULL TEXT
[Additional clauses other than those listed below which are based on the type of contract/Contractor shall be determined during negotiations. Any contract awarded from this solicitation will contain the following:]
SECTION JLIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
The following documents are attached and incorporated in this contract:
SECTION KREPRESENTATIONS AND CERTIFICATIONS
The following documents are incorporated by reference in this contract:
REPRESENTATIONS AND CERTIFICATIONS
The representations and certifications at http://ocm.od.nih.gov/contracts/pdfs/rcneg.pdf must be completed, signed, and submitted as part of your business proposal. Please obtain this document as close as possible to proposal submission to ensure use of up to date clauses and provisions.
SECTION LINSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
This section of the BAA consists of the following subsections: I. Project Description, II. Specific BAA Instructions and Provisions, and III. General Instructions and Provisions.
This Broad Agency Announcement (BAA) will result in a Tuberculosis Curriculum Coordinating Center (TCCC) which will establish a consortium of five (5) Tuberculosis Curriculum Centers (CCs) to strengthen, expand, and increase access to the best ongoing educational and training opportunities in tuberculosis for medical, nursing, and allied health schools, especially those that provide primary care to communities where TB is endemic and the population is at high risk of developing tuberculosis (TB).
The contract awarded as a result of this BAA will incorporate the Statement of Work proposed by the offeror and negotiated and accepted by the Government. The following description of technical requirements, required objectives, and desired results is included in the BAA to assist offerors in the preparation of their proposals.
The objective of the Consortium will be to strengthen, expand, increase access to, and implement the best ongoing educational and training opportunities in tuberculosis for use by faculty, students, affiliated house staff, and practicing health care professionals at medical, nursing, and allied health schools; especially those that provide primary care to communities where TB is endemic and the population is at high risk of developing TB.
The TCCC will coordinate all the activities of the Consortium and assume ultimate responsibility for the materials developed by the Consortium. It will also develop and maintain a website; disseminate, via the website and through other means, TB curriculum materials and patient and community information in multiple languages; assess the quality of the TB curriculum materials; and obtain Office of Management and Budget (OMB) forms clearance as needed. The CC medical and health professional school faculty members, who are tuberculosis, media and education experts, will work in a collaborative effort with the TCCC to 1) analyze current TB education materials, 2) modify and adapt these materials to the needs of the schools, 3) develop new materials and tools, 4) implement the curriculum at the schools, and 5) develop and test survey instruments.
The program will result in web-based access, on an open-source server, to educational and training curricula produced by the Consortium. The web-based curricula will be the result of a highly collaborative and integrated effort among the TB Consortium participants, utilize state-of-the-art technology for distant learning, and be a primary source for all educational and training material generated under this program. This program should complement and integrate existing web-based TB curricula. The TCCC will pursue Continuous Medical Education (CME) and Continuous Educational Units (CEU) accreditation for training completed via the website and other venues.
Tuberculosis continues to be a worldwide health problem, it is contagious and can be difficult to diagnose and treat. Tuberculosis frequently complicates the course of HIV disease. Dual infection accelerates the progression of both diseases, leading to increased mortality. An estimated two billion people are infected with Mycobacterium tuberculosis worldwide. In many high-burden areas inadequate treatment of TB has led to the widespread emergence of drug-resistant strains. Approximately two to three million deaths per year are attributed to TB, a disease that when properly managed usually responds well to treatment.
In calendar year 2000, the number of new tuberculosis cases in the U.S. dropped to an all-time low of 16,377. However, tuberculosis continues to be a health threat in the U.S., and in some states the number of cases is increasing, especially within high-risk communities such as immigrants from countries where tuberculosis is endemic, inner-city communities, drug users, Native American communities, correctional and other institutional facilities, as well as homeless individuals. For example, in Alaska case rates increased from 9.9 cases per 100,000 people in 1999 to 17.2 cases per 100,000 in 2000.
Tuberculosis continues to be a disease that disproportionately affects minorities, the foreign-born (from high incidence areas), the elderly, and the poor. Disparities between rates for African Americans(16.8% of year 2000 cases), Hispanics (12.4%), American Indian/ Alaskan Natives (11.8%), Asian/Pacific Islanders (35.3%), and Caucasians (2.2%) are striking; in fact our declining tuberculosis case rates largely reflect a reduction in disease incidence among U.S.-born Caucasian persons. The foreign-born comprise a growing proportion of U.S. cases (>46% of cases in 2000), representing a new challenge that reflects the ongoing epidemic of tuberculosis beyond our borders. Furthermore, drug resistance resulting from improper management of cases remains a significant medical and public health problem.
The appropriate recognition and management of tuberculosis infection and disease in the U.S. today requires clinical expertise as well as specialized understanding of related and complex social, cultural, medical, and legal issues that impact patient and public health. Yet, as tuberculosis has become less prevalent in our mainstream society, education of health providers about these issues has not kept up with the need. Curricula in U.S. medical, nursing, and allied health professional schools have progressively been reduced and fragmented in the content of tuberculosis materials, training a generation of physicians and health workers who are poorly equipped to meet current and future health care and public health challenges. The need for improved tuberculosis education is highlighted as a priority by the Institute of Medicine in its recent report Ending Neglect: The Elimination of Tuberculosis in the United States at http://www4.nas.edu/onpi/webextra.nsf/web/web_extra_tuberculosis?OpenDocument
NHLBI's TBAA program has provided funds to individual investigators to implement TB curriculum at their institutions. TBAA recipients are located at 25 of the 125 medical schools in the U.S. The TBAA program has produced a number of diversified educational products such as audiovisual presentations that are designed to inform medical students, medical health staff, and TB patients in at-risk populations about TB and its prevention and treatment. These educational products may be proposed for inclusion as part of existing TB material to be reviewed under this proposed project.
The Consortium, consisting of a maximum of thirty-one (31) participating sites, will have a pyramidical structure with the Tuberculosis Curriculum Coordinating Center (TCCC) at the top level, five institutions of higher learning called Curriculum Centers (CCs) at the second level, and at the third level, as existing or proposed partners working with each CC, up to five medical, nursing, and/or allied health schools. It is also possible to partner with non-profit institutions that have a mission in health education or health service to underserved populations. The TCCC may also serve as one of the CCs. In order to increase access to the best ongoing educational and training opportunities in tuberculosis, and to expand on the success of the TBAAs, this program will involve an increased number of medical, nursing, and allied health schools and non-profit institutions that have a mission in health education or health service to underserved populations. Therefore, to foster increased access to these educational and training opportunities, the Consortium may include no more than three (3) former TBAA institutions.
The TCCC must demonstrate existing or proposed working relationships with five institutions of higher learning (CCs) and each CC, in turn, must demonstrate existing or proposed working relationships with up to five additional institutions (third level), some of which may serve populations that are at high risk of developing TB.
The TCCC Principal Investigator must be a physician with documented expertise in TB and in the care and treatment of patients with TB. The TCCC Principal Investigator must also possess leadership skills as demonstrated through interaction with faculty members and investigators from multiple sites. Each CC and third level institution must identify a principal investigator and describe in detail access to faculty with TB expertise and an academic appointment at a level sufficient to exert influence on curriculum preparation and coordination.
The proposal must include a program plan, implementation plan, dissemination plan, and milestone schedule.
The types of activities expected of the TCCC include but are not limited to:
The types of activities expected of the CCs and third level institutions, working in a collaborative effort with the TCCC, include but are not limited to:
In addition to the above activities, the third level institutions will test, evaluate, and implement the TB curriculum. Therefore, each third level institution must have one or more faculty members with expertise in TB, TB education, distant learning, and other media training formats.
This acquisition will be limited to the United States and its territories and possessions. It is essential that the TCCC be a U.S. institution because the intent of the program is to influence the TB curriculum at medical, nursing, and allied health schools in the U.S. Subcontracting arrangements with foreign institutions will be considered.
The following specific BAA Instructions and Provisions apply to this Broad Agency Announcement:
BAA No. NHLBI-HR-03-04
TITLE OF BAA: Tuberculosis Curriculum Coordinating Center
If you intend to submit a proposal, please FURNISH THE INFORMATION REQUESTED BELOW AND RETURN THIS PAGE BY February 28, 2003. YOUR EXPRESSION OF INTENT IS NOT BINDING BUT WILL ASSIST U.S. IN PLANNING FOR PROPOSAL EVALUATION.
COMPANY/INSTITUTION NAME:
ADDRESS:
PROJECT DIRECTOR'S NAME:
TITLE:
TELEPHONE NUMBER:
NAMES OF COLLABORATING INSTITUTIONS AND INVESTIGATORS
(include Subcontractors and Consultants):
Review Branch
NIH, NHLBI
Attention: Anne Clark FAX (301) 480-0730
6701 ROCKLEDGE DR MSC 7924
BETHESDA MD 20892-7924
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:
"BAA NO. NHLBI-HR-03-04"
"TO BE OPENED BY AUTHORIZED GOVERNMENT PERSONNEL ONLY"
The numbers of copies required of each part of your proposal are:
TECHNICAL PROPOSAL: ORIGINAL* AND Twenty-five (25) COPIES
BUSINESS PROPOSAL: ORIGINAL* AND Four (4) COPIES
DELIVER PROPOSAL TO:
Review Branch, Division of Extramural Affairs
National Heart, Lung, and Blood Institute, NIH
Rockledge 2, Room 7091
6701 ROCKLEDGE DR MSC 7924
BETHESDA MD 20892-7924
Due to post 9/11 security measures, DELIVERIES WILL ONLY BE ACCEPTED BY U.S. POSTAL SERVICE OR COMMERCIAL COURIER SERVICES SUCH AS UPS, FEDEX, HDL, ETC. Proposals delivered in person may or may not be accepted.
*THE ORIGINAL PROPOSAL MUST BE READILY ACCESSIBLE FOR DATE STAMPING. IN ADDITION, EVERY SEPARATELY BOUND VOLUME MUST CONTAIN THE ORGANIZATION'S NAME, ADDRESS, AND BAA NUMBER
Information Type |
Confidentiality (High, Medium, Low) |
Integrity (High, Medium, Low) |
Availability (High, Medium, Low) |
---|---|---|---|
Administrative | |||
Financial | |||
Grant/Contract | |||
Patient | |||
Proprietary | Low | Low | Low |
Research | |||
Privacy Act | Low | Low | Low |
Other (specify) |
Unless disclosure is required by the Freedom of Information Act, 5 U.S.C. 552, as amended, (the Act) as determined by Freedom of Information (FOI) officials of the Department of Health and Human Services, data contained in the portions of this proposal which have been specifically identified by page number, paragraph, etc. by the offeror as containing restricted information shall not be used or disclosed except for evaluation purposes. The offeror acknowledges that the Department may not be able to withhold a record (data, document, etc.) nor deny access to a record requested pursuant to the Act and that the Department's FOI officials must make that determination. The offeror hereby agrees that the Government is not liable for disclosure if the Department has determined that disclosure is required by the Act. If a contract is awarded to the offeror as a result of, or in connection with, the submission of this proposal, the Government shall have right to use or disclose the data to the extent provided in the contract. Proposals not resulting in a contract remain subject to the Act. The offeror also agrees that the Government is not liable for disclosure or use of unmarked data and may use or disclose the data for any purpose, including the release of the information pursuant to requests under the Act. The data subject to this restriction are contained in pages (insert page numbers, paragraph designations, etc. or other identification).
Use or disclosure of data contained on this page is subject to the restriction on the cover sheet of this proposal or quotation.
Note: The following information is to be used by the offeror in preparing its Representations and Certifications (See Section K of this BAA), specifically in completing the provision entitled, SMALL BUSINESS PROGRAM REPRESENTATION, FAR Clause 52.219-1.
It is anticipated that one award will be made from this solicitation and that the award will be made on/about September 30, 2003.
It is anticipated that the award resulting from this solicitation will be a performance-based, multi-year cost reimbursement type completion form contract with a term of five years and that incremental funding will be used [see Business Proposal Instructions, Item I.8].
It is expected that a completion form contract will be awarded as a result of this BAA. The Government does not intend to provide an estimate of effort for this BAA.
The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with the proposed procurement. Any other commitment, either explicit or implied, is invalid.
Offerors shall direct all communications to the attention of the Contract Specialist or Contracting Officer cited on the face page of this BAA. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
Contract selection and award information will be disclosed to offerors in accordance with regulations applicable to negotiated acquisition. Prompt written notice will be given to unsuccessful offerors as they are eliminated from the competition, and to all offerors following award.
You are advised that paramount consideration shall be given to the evaluation of technical proposals. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The relative importance of the evaluation factors is specified in Section M of this solicitation. However, the Government reserves the right to make an award to the best advantage of the Government, cost and other factors considered.
This BAA does not commit the Government to pay for the preparation and submission of a proposal.
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:
Contracting Officer
National Institutes of Health
National Heart, Lung, and Blood Institute
Contracts Operations Branch
Rockledge 2, Room 6104
6701 ROCKLEDGE DR MSC 7902
BETHESDA MD 20892-7902
Copies of the "Federal ADP and Telecommunications Standards Index" can be purchased from the U.S. Government Printing Office, Superintendent of Documents, Washington DC 20402.
No materials, facilities, or property are anticipated to be provided by the Government for this acquisition.
The instructions set forth below are provided by URL links to "Streamlined RFP" instructions which are considered a part of this solicitation, including the required forms and formats. (Note that in some cases, versions of forms that can be filled out on screen may be available at http://forms.cit.nih.gov/ListPDF.html.) In the event of a conflict between the instructions written in this document and the Streamlined RFP instructions on the Web, the former take precedence. In the event of conflict between the general and special instructions on the Web, the latter take precedence.
The following instructions will establish the acceptable minimum requirements for the format and contents of proposals. Special attention is directed to the requirements for technical and business proposals to be submitted in accordance with these instructions. Note that the Instructions to Offerors (Items A through F at the link below) are superseded by Section II part 1. above, http://ocm.od.nih.gov/contracts/rfps/inststd.htm#InstructionsGeneral.
A detailed work plan must be submitted indicating how each aspect of the statement of work is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being undertaken. The technical proposal must include information on how the project is to be organized, staffed, and managed. Information should be provided which will demonstrate your understanding and management of important events or tasks. See instructions at: http://ocm.od.nih.gov/contracts/rfps/inststd.htm#InstructionsTechnical
TECHNICAL PROPOSAL TABLE OF CONTENTS
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:
PAGE LIMITS
The Technical Plan (objectives, approach, methods and procedures, and schedule) of the Technical Proposal shall not exceed 50 single-sided pages or 25 double-sided pages. This page limitation does not apply to the cover sheet, abstract, table of contents, personnel, facilities, equipment and resources, other considerations, information technology systems security plan, other support, cost information, and literature cited. Appendices shall be limited to 50 single-sided pages or 25 double-sided pages. Pages in excess of this will be deleted and will be neither read nor evaluated. Each page of the Technical Proposal must be numbered sequentially. Offerors are encouraged to limit the overall size of the Technical Proposal, inclusive of appendices, attachments, etc. Note that although no page limit has been placed on the Business Proposal, offerors are encouraged to limit its content to only those documents necessary to provide adequate support for the proposed costs. Type density and size must be 10 to 12 points. If constant spacing is used, 15 cpi (characters per inch) or fewer shall be used, 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. Margins must be set to 1 inch around, exclusive of headers or footers.
See: http://ocm.od.nih.gov/contracts/rfps/inststd.htm#InstructionsBusiness
Note: The "pre-formatted cost proposal spreadsheet" referenced and linked therein should be used and should be provided to the Contracting Officer on disk or CD or by email. Click for the pre-formatted cost proposal spreadsheet. [Note: This is an Excel spreadsheet that will work with other spreadsheet software.] This solicitation may require submission of certified cost or pricing data.
The following solicitation provisions supersede equivalent language on the referenced instruction page:
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 Business Subcontracting Plan described elsewhere in this solicitation. 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:
SDB participation information furnished in the plan described above will not be used as an evaluation 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.
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.
SECTION MEVALUATION FACTORS FOR AWARD
Final selection of award will depend upon demonstrated capability to form and manage a consortium and coordinate a TB curriculum program, and the proposed costs in relation to availability of funds.
Selection of an offeror for contract award will be based on an evaluation of proposals against the following factors listed in order of importance: technical (includes past performance as demonstrated experience within the evaluation criteria), cost/price, and small disadvantaged business (SDB) participation (see Business Proposal Instructions, Item III.2.c.1 above). The technical proposal will receive paramount consideration in the selection of the contractor for this acquisition. Past performance is incorporated into the technical evaluation factors, but is not a specific weighted technical factor, and will be evaluated by the technical evaluation group. All evaluation factors other than cost/price when combined, are significantly more important than cost/price. The tradeoff process described in FAR 15.101-1 will be employed. This process permits tradeoffs among cost or 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.
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.
Listed below is a mandatory qualification criteria. The qualification criteria establishes a condition that must be met at the time of receipt of Final Proposal Revisions (FPRs) by the Contracting Officer in order for your proposal to be considered any further for award.
This acquisition is limited to the U.S. and its territories and possessions. Subcontracting arrangements with foreign institutions will be considered.
The evaluation will be based on the demonstrated capabilities of offerors in relation to the needs of the project as set forth in the BAA. The merits of each proposal will be evaluated carefully. Offerors must submit information sufficient to allow evaluation of their proposals based on the detailed evaluation criteria listed below.
The technical evaluation criteria are used by the technical evaluation panel when reviewing the technical proposals. The criteria below are listed in the order of relative importance with weights assigned for evaluation purposes.
No. | Criterion | Points |
---|---|---|
1. | Tuberculosis Curriculum Coordinating Center | 30 |
Documentation that the Principal Investigator is a practicing physician with experience in TB. Evidence that proposed personnel, including the Principal Investigator, have experience with TB in research or drug discovery, teaching, clinical settings and/or outreach activities. Evidence of the Principal Investigator's ability to establish collaborative working relationships with faculty members and take a leadership role in establishing educational programs and evaluating the effectiveness of such programs. Evidence that the Principal Investigator has experience in managing a complex project with multiple sites. Documented experience in developing and evaluating educational materials and curricula for TB. Experience in website development and maintenance. | ||
2. | Curriculum Centers and Third Level Institutions | 30 |
Demonstrated experience of proposed personnel, within each CC and each third level institution, with TB in research or drug discovery, teaching, clinical settings, and/or outreach activities. Evidence that proposed personnel have the stature to influence medical or other health school curriculum at their institutions. Documented experience of proposed personnel in interacting with underserved populations. | ||
3. | Proposed Plan and Administrative Structure | 20 |
Feasibility of proposed plan for managing the administrative structure and logistics of the Consortium including availability of facilities; communication with the NHLBI, faculty, and advisors; and report preparation. Feasibility and comprehensiveness of the proposed plan to analyze, modify, and adapt TB curriculum materials to the specific needs of educational institutions and to the needs of the communities served. Quality of proposed plan to develop and test survey instruments for monitoring the quality and effectiveness of the TB program. | ||
4. | Dissemination Plan | 20 |
Quality of proposed plan to disseminate TB core curriculum on the web, to promote access to the website, for distant learning, and to monitor usage. Feasibility of proposed milestones. Quality of proposed plan to implement the TB curriculum at the schools in a manner consistent with their individuals needs. Feasibility of proposed plan for dissemination of TB curricula and community-specific materials in multiple languages and formats. | ||
Total | 100 |
Top | NIH RFP Directory | NHLBI RFP Directory
RFP References | NIH Home | NHLBI Home