5/31/2019: This is a DRAFT combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items" in conjunction with the policies and procedures of FAR Subpart 13.5, "Simplified Procedures for Certain Commercial Items". The anticipated contract type is a Firm Fixed Price (FFP) with cost reimbursable line items. The anticipated period of performance consists of a 8 month base period (includes a 15-day phase-in period) and four 1-year option periods
• Pre-Registration for the site visit is due at or before Tuesday June 4, 2019 at 12:00 PM ET
• RFQ will be released adn will replace the DRAFT on or around Friday June 7, 2019
• Site Visit will be held in the main lobby of the David P. Rall Building located in Research Triangle Park, North Carolina on Friday June 7, 2019 at 10:00 AM ET
• Questions are due via e-mail at or before Monday June 10, 2019 at 2:00 PM ET
• Responses to questions will be issued on or around Tuesday June 11, 2019 at 2:00 PM ET M ET
• Quotes shall be received at or before Friday June 21, 2019 at 2:00 PM ET
• An award is anticipated on or around July 21, 2019 with phase-in starting on or a around August 1, 2019
12/26/2018: This is a Sources Sought Notice only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this sources sought notice is to obtain information regarding: (1) The availability and capability of qualified sources/ availability of competition; and (2) the business size and socioeconomic status (e.g. small or large business, HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small business; woman-owned small business; woman-owned small businesses; small disadvantage businesses; or large business), relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The Government will utilize this information in determining an acquisition strategy, including whether a set-aside is possible.
BACKGROUND: NIEHS, located in Research Triangle Park, North Carolina, is one of 27 research Institutes and Centers that comprise the National Institutes of Health (NIH).
NIEHS traces its roots to 1966, when the U.S. Surgeon General announced the establishment of the Division of Environmental Health Sciences within NIH. In 1969, the division was elevated to full NIH institute status. Since then, NIEHS has evolved to its present status as a world leader in environmental health sciences. Today, NIEHS is expanding and accelerating its contributions to scientific knowledge of human health and the environment, and to the health and well-being of people everywhere.
The mission of NIEHS is to discover how the environment affects people in order to promote healthier lives.
PURPOSE AND OBJECTIVES: This contract enables the National Institute of Environmental Health Sciences (NIEHS), through the Office of Communications and Public Liaison (OCPL), to achieve and maintain high quality performance multi-media services in the areas of graphic arts, desktop publishing, photography, videography, and audio/video event planning.
The contractor shall communicate scientific concepts and biomedical research methods, processes, and results through print, electronic, audio, and video mediums, using a variety of artistic methods, from simple line art illustration to the most current digital techniques using 2-D and 3-D computer software programs.
ANTICIPATED PERIOD OF PERFORMANCE: The Government anticipates a one-year (12 month) base contract with four (4) one year option periods.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement will be classified under the NAICS code 541430 - Graphic Design Services
ANTICIPATED CONTRACT TYPE: The anticipated contract type will be a firm fixed price contract type.
PERFORMANCE LOCATION: See Statement of Work.
CAPABILITY STATEMENT/INFORMATION SOUGHT: Interested organizations are required to submit their capability statements via email to elizabeth.mcewen@nih.gov and should not exceed five (5) pages in length (excludes response to number 9 below); not including a standard product brochure that clearly details the ability to perform the aspects of the notice described in the Draft Statement of Work and should be SPECIFICALLY TAILORED to the "Project Requirements" as concise as possible. Capability statements should also include the following information:
1. DUNS Number
2. CAGE Code:
3. Organization Name:
4. Company Address:
5. Point of Contact (including name, title, addresses, telephone number, fax number and Email address)
6. Business size (e.g. small or large):
7. Socio-economic Status (e.g., HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses):
8. GSA Contract Number:
9. Clear and convincing documentation of your capability and ability to provide the services specified in this notice.
10. Examples of prior completed contracts and other related information.
11. Comments (not questions) on how you as a potential Quoter would structure the billing. Do not submit questions or pricing.
12. Comments (not questions) on how you as a potential Quoter would provide a system for generating a work order for each service and/or work product requested.
Note that standard product brochures will not be considered a sufficient response to this source sought synopsis.
CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Potential Quoters are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
Interested parties may identify their interest and capability to respond to the requirement. The Government shall consider all responses received within ten (10) days of this posting. Written responses to this synopsis shall contain sufficient documentation to establish their capability to fulfill this requirement. NIEHS will not be responsible for any costs incurred by interested parties in responding to this notice. Please email, with the sources sought notice number in the subject line to the Contract Specialist and /or Contracting Officer listed below.