Amendment 2 - This Soliciation is hereby amended on 08/22/2025 to provide offerors a Revised Price Schedule to correct a formula.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 75N95025Q00228 and the solicitation is issued as a request for proposal (RFP).
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; and FAR Part 12—Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-05 with an effective date of August 7, 2025.
(iv) The associated NAICS code is 541690 and the small business size standard is $19 Million. This requirement is being solicited as a total small business set-aside.
(v) The Government anticipates the award of a single hybrid type contract with a fixed price effort and Time and Material/Labor Hour for options as a result of this solicitation.:
(vi) This requirement is for the following services:
See “Attachment 1 – Statement of Work”
(vii) The Government anticipates award of a firm fixed-price and time and materials hybrid contract for this acquisition, and the anticipated period of performance is for a 12-month base period, two 12-month option periods as follows:
Base Period: 9/10/2025 – 9/9/2026
Option Period 1: 9/10/2026 – 9/9/2027
Option Period 2: 9/10/2027 – 9/9/2028
(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
- FAR 52.204-7, System for Award Management (Oct 2018)
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
- FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders – Representation and Disclosures (Dec 2023)
- FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
- FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024)
- HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more 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. Also, the full text of a clause may be accessed electronically at these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
- FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
- FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
- FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023).
- FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000).
- The Government may extend the term of this contract by written notice to the Contractor within period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent prior to expiration of the contract. The preliminary notice does not commit the Government to an extension.
- If the Government exercises this option, the extended contract shall be considered to include this option clause.
- The total duration of this contract, including the exercise of any options under this clause, shall not exceed September 9, 2028.
- HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
- HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)
The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions below and submit completed copies as separate documents with their proposal.
- FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (May 2024)
- FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014)
- NIH Invoice and Payment Provisions
(ix) The provision at FAR clause 52.212-2, Evaluation – Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.
1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability (ii) price; (iii) past performance [see FAR 13.106-2(b)(3)]
Technical and past performance, when combined, are significantly more important than cost or price.
2. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
3. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition with exceptions noted above.
(xii) The the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition with exceptions noted above.
(xiii) Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices may be negotiated at the time of award.
(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xv) Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Offerors must complete the attached pricing template and submit it as part of their proposal See “Attachment 2 – Pricing Template”
The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All questions must be received no later than 1:00 p.m., Eastern Standard Time, on August 20, 2025, and reference Solicitation Number 75N95025Q00228. Questions must be submitted electronically to Joshua Lazarus, Contracting Officer at josh.lazarus@nih.gov.
All offers must be received by 1:00 p.m., Eastern Standard Time, on August 25, 2025, and reference Solicitation Number 75N95025Q00228. Responses must be submitted electronically to Joshua Lazarus, Contracting Officer at josh.lazarus@nih.gov.
(xv) For questions please contact the Contracting Officer Joshua Lazarus at josh.lazarus@nih.gov or 301-827-6923.
Fax responses will not be accepted.
This Soliciation is hereby amended on 08/21/2025 to respond to Questions submited prior to the Question deadline. Please refer to the description below and referenced attachments:
- We would like to know if this is a brand new contract OR if there is (was) an incumbent performing these services. If not brand new, could you please provide the current / previous contract number?
- This requirement is a recompete of Contract Number 75N95024C00034.
- Base period length: Section (vii) describes a “6-month base period,” but the dates listed are 9/10/2025–9/9/2026 (12 months). Please confirm the intended base period duration.
- The Soliciation Section (vii) is hereby amended as follows, “The Government anticipates award of a firm fixed-price and time and materials hybrid contract for this acquisition, and the anticipated period of performance is for a 12-month base period, two 12-month option periods as follows:”
- Contract type by CLIN: Section (v) notes a hybrid (FFP + T&M/LH). Please confirm which CLIN(s) are FFP and which are T&M/LH (base vs. options).
- NIH intends to award the activities of Tasks 1.1 as described in the Statement of Work for the Entrepreneur in Residence activities on a firm-fixed-price basis. NIH intends to award the activities of Task 1.2 for Travel and Optional Tasks for Conference Coordination on a T&M/LH basis. Please see the revised Price Template attached to the solicitation for your reference.
- Event support ODCs: SOW references up to $100k/year for event pass-throughs; should Offerors include an Event Support CLIN in pricing, and may standard indirect/overhead be applied to pass-throughs?
- Please see the response to Question 3. Offerors should provide separate pricing for travel and separate pricing for Conference Coordination activities. Fully burdened pricing should be proposed.
- Travel ODC ceiling: Please confirm the annual NTE $10k travel cap and whether GSA per diem applies.
- Please assume that there will be approximately 3 trips per period of performance.
- Deliverables/page limits: Are there page limits for the technical volume, resumes, and past performance?
- Technical proposals are limited to 20 pages and should include a cover page, technical approach and understanding, personnel, and past performance. Full length resumes are not required and offerors can submit bios with work history. The Business proposal should include a summary of proposed costs as well as any price justifications, rationale, and descriptions of proposed costs. The required representations and forms described in Section 10 should be included in the business proposal. The Business proposal shall not exceed 30 pages. The Price Template should be submitted as a separate excel file.
- Section 508/EIT: Please confirm Section 508 expectations for materials we develop (slides/handouts/recordings) and whether HHS 352.239-73/-74 compliance statements in the technical volume are sufficient.
- A statement in the technical proposal on the compliance with HHS 352.239-73 and HHS 352.239-74 is sufficient.
- Key personnel: May we propose one EiR (key) plus as-needed analyst support, or do you expect >1 key advisor?
- Only one EIR support personnel is requested.
- We would greatly appreciate if the government could consider extending the deadline by 1 week (i.e., September 2, 2025).
- Due to programmatic requirements and timelines to award this requirement NIH is not able to extend the solicitation period.
- Section (viii) of the call states:
“The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far and https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html.”
With respect to the bolded sentence above, which specific provisions include completion blocks, and which blocks must be submitted? Please identify each by clause number and the exact paragraph or block identifiers that must be completed.
We would greatly appreciate the Government specifying which blocks must be completed or confirming that the only forms, in addition to the proposal and budget, that need to be completed are the following, as explicitly stated:
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.204-26 Covered Telecommunications Equipment or Services Representation (Oct 2020)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (May 2024)
FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Certification (May 2014)
NIH Invoice and Payment Provisions
If additional forms or specific completion blocks are required, we greatly appreciate if you could please identify them and provide the corresponding instructions.
- With regard to the bold language above the forms that need to be completed and submitted are as follows:
- 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, Section (d).
- 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020), Section (c)(1)and (2).
- 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification, Section (a).
In additions to the forms that should be completed and submitted with the proposal, Offerors must also include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024), with its offer. However, if the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.
11. Paragraph (xv) of the solicitation states: “Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria.” We respectfully request that the Government provide the full proposal submission specifications, including whether to submit a bio or a full-length resume for the proposed EiR, the page limits and what counts toward those limits (including the cover page and any annexes or appendices), the required sections of the technical proposal, the formatting requirements (font, size, margins, and spacing), and the required file format.
- Please refer to the response to Questions 6 above.