NIH-NIMH-20-003935

Submitted by whipple on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
NIMH RPA Developer
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Michelle
Cecilia
michellececilia.cecilia@nih.gov

Secondary Contracting Officer

Valerie
Whipple
valerie.whipple@nih.gov
NAICS Code Number
541511
Custom Computer Programming Services
Small Business Size Standard
Small Business
FPDS Classification Code
D318
Estimated Period of Performance
08/01/2020 - 07/31/2021
Set-Aside Status
Full Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Competitive
Background/Description of Requirement

REQUEST FOR QUOTE

Office of Acquisitions, Office of Management

National Institute on Drug Abuse

Image removed.

Announcement Number: NIH-NIMH-20-003935

Date of Request: July 7, 2020

Closing Response Date: July 14, 2020 at 12:00 PM

Proposed Award Date:  On or about August 1, 2020

Project Title:  NIMH RPA Developer

 

Contracting Office: National Institute on Mental Health, 301 North Stonestreet Avenue, Bethesda, MD 20892

 

Contact Point /Contract Specialist: Michelle Cecilia, Contract Specialist, Telephone: (301)-827-7199, Email: michellececilia.cecilia@nih.gov

 

Contact Point /Contracting Officer: Valerie Whipple, Contracting Officer, Telephone: (301)-827-5218, Email: valerie.whipple@nih.gov

 

 Image removed.Amendment #1 7/13/2020
Q. In responding to this solicitation, can we provide our developer's resume outside of the five-page limit for the technical response?In responding to this solicitation, can we provide our developer's resume outside of the five-page limit for the technical response?
 
A. Yes, the developer's resume may be submitted outside the five pages. The resume may be submitted outside the five-page technical response limit. 

 

Acquisition Authority:  This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2020-07 dated July 2, 2020.

 

North American Classification System (NAICS) Code: 541511

 

Small business size standard: 30.0 Million

 

Classification Code: D318

 

Set-Aside Status: This is a  small business set aside


Competition Status:  This requirement is posted as competitive.

 

Specific Requirements: The contractor shall develop, test, and deploy 4 UiPath RPA bots.

 

Level of Effort: Certified UiPath Developer – 100 hours

75 hours optional

 

Government Responsibilities – See attachment 1

The government shall ensure:

1) Use cases are identified, analyzed and finalized based on existing business processes.

2) Identified use cases are "low" to “moderate” complexity, repetitive and not subject to change in the near future (3-6 months). Low complexity involves performing a single function from a single source. Moderate complexity involves performing a single function from multiple sources.

3) Basic business process documentation will be provided on the finalized use cases

4) UiPath software will be installed and ready for use

 

Delivery or Deliverables: The contractor will be available for the bulk of the work to be completed during the first two months of the period of performance. With an estimated 20 hours of development time per week during the first two months. The bots shall be developed and delivered within 2 weeks of request being initiated.

 

Key Personnel: UiPath Certified Bot Developer

 

Information System Security Plan: Contractor access will be terminated for unauthorized use.  The Contractor agrees to hold and save National Institute of Mental Health (NIMH) harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use of access.  The contractor shall comply with all applicable Homeland Security regulations and procedures during the performance of this delivery order

 

Period of Performance: Base Year: 08/01/2020 – 07/31/2021

 

Place of Performance: Off-Site (at contractor’s site)

 

Contract Type: The contract type for this requirement is Labor hours.

 

Privacy Act: Please see IT Security Clauses -- See attachment 5.

 

The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.

 

The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.

 

FAR Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition.

Closing Statement:

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 outlined below.  The contractor must submit (1) a technical proposal and (2) a price proposal. 

 

Technical Proposal: The offeror’s technical proposal shall demonstrate the offeror’s technical understanding of the tasks outlined in the description of the requirement. The offeror’s technical proposal shall not exceed five pages.

 

Price Proposal: The offeror’s 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.

 

An award will be made to the offeror whose proposal represents the best value to the Government.  See attachment 7 evaluation criteria.

 

In addition the Dun & Bradstreet Number (DUNS), 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 responses must be received by July 14, 2020 at 12:00 PM EST and must reference the announcement number. Responses must be submitted electronically to Michelle Cecilia at Michellececilia.cecilia@nih.gov and Valerie.Whipple@nih.gov.

 

 

“All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.”

REQUEST FOR QUOTE

Office of Acquisitions, Office of Management

National Institute on Drug Abuse

Image removed.

Announcement Number: NIH-NIMH-20-003935

Date of Request: July 7, 2020

Closing Response Date: July 14, 2020 at 12:00 PM

Proposed Award Date:  On or about August 1, 2020

Project Title:  NIMH RPA Developer

 

Contracting Office: National Institute on Mental Health, 301 North Stonestreet Avenue, Bethesda, MD 20892

 

Contact Point /Contract Specialist: Michelle Cecilia, Contract Specialist, Telephone: (301)-827-7199, Email: michellececilia.cecilia@nih.gov

 

Contact Point /Contracting Officer: Valerie Whipple, Contracting Officer, Telephone: (301)-827-5218, Email: valerie.whipple@nih.gov

 

Image removed.

 

Acquisition Authority:  This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2020-07 dated July 2, 2020.

 

North American Classification System (NAICS) Code: 541511

 

Small business size standard: 30.0 Million

 

Classification Code: D318

 

Set-Aside Status: This is a  small business set aside


Competition Status:  This requirement is posted as competitive.

 

Specific Requirements: The contractor shall develop, test, and deploy 4 UiPath RPA bots.

 

Level of Effort: Certified UiPath Developer – 100 hours

75 hours optional

 

Government Responsibilities – See attachment 1

The government shall ensure:

1) Use cases are identified, analyzed and finalized based on existing business processes.

2) Identified use cases are "low" to “moderate” complexity, repetitive and not subject to change in the near future (3-6 months). Low complexity involves performing a single function from a single source. Moderate complexity involves performing a single function from multiple sources.

3) Basic business process documentation will be provided on the finalized use cases

4) UiPath software will be installed and ready for use

 

Delivery or Deliverables: The contractor will be available for the bulk of the work to be completed during the first two months of the period of performance. With an estimated 20 hours of development time per week during the first two months. The bots shall be developed and delivered within 2 weeks of request being initiated.

 

Key Personnel: UiPath Certified Bot Developer

 

Information System Security Plan: Contractor access will be terminated for unauthorized use.  The Contractor agrees to hold and save National Institute of Mental Health (NIMH) harmless from any unauthorized use and agrees not to request additional time or money under the contract for any delays resulting from unauthorized use of access.  The contractor shall comply with all applicable Homeland Security regulations and procedures during the performance of this delivery order

 

Period of Performance: Base Year: 08/01/2020 – 07/31/2021

 

Place of Performance: Off-Site (at contractor’s site)

 

Contract Type: The contract type for this requirement is Labor hours.

 

Privacy Act: IT Security Clauses will apply. 

 

The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.

 

The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.

 

FAR Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition.

Closing Statement:

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 outlined below.  The contractor must submit (1) a technical proposal and (2) a price proposal. 

 

Technical Proposal: The offeror’s technical proposal shall demonstrate the offeror’s technical understanding of the tasks outlined in the description of the requirement. The offeror’s technical proposal shall not exceed five pages.

 

Price Proposal: The offeror’s price proposal must include the labor category, an estimate of the number of hours required for the labor category, and fully loaded fixed hourly rate or each labor category.

 

An award will be made to the offeror whose proposal represents the best value to the Government. Factor 1, Technical Approach (80 points): The Contractor’s proposal shall address each critical aspects identified in the statement of work requirements in sufficient detail to demonstrate a clear understanding of the efforts to be performed and the skill level required to perform them. Approach shall be evaluated for the contractors ability to support for bot development and deployment using UiPath platform. The support also needs to be provided virtually (remotely). Factor 2, Past Performance (20 points) : The Contractor shall provide at least two (2) past performance references with knowledge of the contractor’s relevant skills and experience related to the requirements outlined in this Statement of Work.

References shall include the following information:

    1. Name of Organization
    2. Brief Description of Contractor’s Responsibilities
    3. Contact Name and Title
       

Past Performance shall be evaluated for relevance to the current requirement.

Factor 3, Cost/Price - Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 13.106.  The Offeror shall submit price per hour of support.

In addition the Dun & Bradstreet Number (DUNS), 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 responses must be received by July 14, 2020 at 12:00 PM EST and must reference the announcement number. Responses must be submitted electronically to Michelle Cecilia at Michellececilia.cecilia@nih.gov and Valerie.Whipple@nih.gov.

 

 

“All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.”

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.