40
REQUEST FOR QUOTATION (THIS IS NOT AN ORDER) THIS RFQ: IS NOT A SMALL BUSINESS SET-ASIDE PAGE OF PAGES 1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT. FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1 RATING 5a. ISSUED BY NIH, National Institute on Drug Abuse (NIDA), NINDS Section 6. DELIVER BY (Date) 5b. FOR INFORMATION CALL (NO COLLECT CALLS) 7. DELIVERY OTHER FOB DESTINATION (See Schedule) NAME Danny Cohn TELEPHONE NUMBER AREA CODE 301 NUMBER 402-7111 9. DESTINATION a. NAME OF CONSIGNEE National Institute on Drug Abuse 8. TO: a. NAME b. COMPANY b. STREET ADDRESS 11601 Landsdown Street c. STREET ADDRESS c. CITY Bethesda d. CITY e. STATE f. ZIP CODE d. STATE MD e. ZIP CODE 20892 10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5a ON OR BEFORE CLOSE OF BUSINESS (Date) 03/16/2020 by 1 PM EST IMPORTANT: This is a request for information and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5a. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter. 11. SCHEDULE (Include applicable Federal, State and local taxes) ITEM NO. (a) SUPPLIES/ SERVICES (b) QUANTITY (c) UNIT (d) UNIT PRICE (e) AMOUNT (f) This is a request for quotation to plan and implement an American Indian/Alaska Native (AIAN) student scientific curriculum to prepare those students to be competitive applicants for the NIH Summer Intern Program (SIP). Attachments: 1) Statement of Work 2) Summer One Curriculum 3) Supplemental Proposal Instructions 4) Technical Evaluation Criteria 5) FAR 52.213-4, Terms and Conditions 6) Invoice Instructions 7) FAR 52.204-24 Provision 12. DISCOUNT FOR PROMPT PAYMENT a. 10 CALENDAR DAYS (%) b. 20 CALENDAR DAYS (%) c. 30 CALENDAR DAYS (%) d. CALENDAR DAYS NUMBER PERCENTAGE NOTE: Additional provisions and representations are are not attached. 13. NAME AND ADDRESS OF QUOTER 14. SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION 15. DATE OF QUOTATION a. NAME OF QUOTER b. STREET ADDRESS 16. SIGNER a. NAME (Type or print) b. TELEPHONE c. COUNTY AREA CODE d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) NUMBER AUTHORIZED FOR LOCAL REPRODUCTION Previous edition not usable STANDARD FORM 18 (REV. 6-95) Prescribed by GSA-FAR (48 CFR) 53.215-1(a)

02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

REQUEST FOR QUOTATION (THIS IS NOT AN ORDER)

THIS RFQ: IS NOT A SMALL BUSINESS SET-ASIDE PAGE OF PAGES

1 7 1. REQUEST NO.

NIDA-NINDS-20-003790 2. DATE ISSUED

02/28/2020 3. REQUISITION/PURCHASE REQUEST NO.

5614297 4. CERT. FOR NAT. DEF.

UNDER BDSA REG. 2 AND/OR DMS REG. 1

RATING

5a. ISSUED BY

NIH, National Institute on Drug Abuse (NIDA), NINDS Section 6. DELIVER BY (Date)

5b. FOR INFORMATION CALL (NO COLLECT CALLS) 7. DELIVERY

OTHER FOB DESTINATION (See Schedule) NAME

Danny Cohn

TELEPHONE NUMBER AREA CODE

301 NUMBER

402-7111 9. DESTINATION

a. NAME OF CONSIGNEE

National Institute on Drug Abuse 8. TO: a. NAME b. COMPANY b. STREET ADDRESS

11601 Landsdown Street c. STREET ADDRESS c. CITY

Bethesda d. CITY e. STATE f. ZIP CODE d. STATE

MD e. ZIP CODE

20892 10. PLEASE FURNISH QUOTATIONS TO THE

ISSUING OFFICE IN BLOCK 5a ON OR BEFORE CLOSE OF BUSINESS (Date)

03/16/2020 by 1 PM EST

IMPORTANT: This is a request for information and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5a. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.

11. SCHEDULE (Include applicable Federal, State and local taxes) ITEM NO.

(a) SUPPLIES/ SERVICES

(b) QUANTITY

(c) UNIT (d)

UNIT PRICE (e)

AMOUNT (f)

This is a request for quotation to plan and implement an American Indian/Alaska Native (AIAN) student scientific curriculum to prepare those students to be competitive applicants for the NIH Summer Intern Program (SIP).

Attachments: 1) Statement of Work 2) Summer One Curriculum 3) Supplemental Proposal Instructions 4) Technical Evaluation Criteria 5) FAR 52.213-4, Terms and Conditions 6) Invoice Instructions 7) FAR 52.204-24 Provision

12. DISCOUNT FOR PROMPT PAYMENT

a. 10 CALENDAR DAYS (%) b. 20 CALENDAR DAYS (%) c. 30 CALENDAR DAYS (%) d. CALENDAR DAYS NUMBER PERCENTAGE

NOTE: Additional provisions and representations are are not attached. 13. NAME AND ADDRESS OF QUOTER 14. SIGNATURE OF PERSON AUTHORIZED TO

SIGN QUOTATION 15. DATE OF QUOTATION

a. NAME OF QUOTER

b. STREET ADDRESS 16. SIGNER a. NAME (Type or print) b. TELEPHONE

c. COUNTY AREA CODE

d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) NUMBER

AUTHORIZED FOR LOCAL REPRODUCTION Previous edition not usable

STANDARD FORM 18 (REV. 6-95) Prescribed by GSA-FAR (48 CFR) 53.215-1(a)

Page 2: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

HHS-NIH-NIDA-SSSA-RFQ-2016-606

Page | 2

REQUEST FOR QUOTATION

PART I – GENERAL INFORMATION TO RESPONDENTS

1.1. Introduction This Request for Quote (RFQ) is prepared in accordance with the Federal Acquisition Regulations (FAR) Subpart 13 Simplified Acquisition Procedures. You are hereby invited to submit a quote-proposal in response to this RFQ. Respondents may submit a response in accordance with the instructions in this document.

a. The National Institute on Drug Abuse (NIDA) has a requirement to prepare students from

American Indian/Alaska Native (AIAN) populations to be competitive applicants for the NIH Summer Intern Program (SIP). NIH seeks colleges, universities and medical schools uniquely situated near AIAN communities and suited to provide a scholarly scientific curriculum and administer the AIAN SIP Prep Program.

b. 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 2020-04, dated January 15, 2020.

c. North American Classification System (NAICS) Code: 611310—Education

Services – Colleges, Universities, and Professional Schools; Small Business Size Standard: $30.0 M

d. Set-aside Status: No restrictions, Full and Open Competition

e. Competition Status: Competitive

2.1. Contact Points

The contact points for this requirement are as follows:

a. Contracting Officer: The Contracting Officer (CO) is the only person with authority to act as agent of the Government. Only the CO has authority to: (1) direct or negotiate any changes; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the contractor any costs incurred during the performance; or (5) otherwise change any terms and conditions of the award.

Danny Cohn Telephone Number: (301) 402-7111 Email Address: [email protected]

b. Contracting Officer’s Representative (COR) A COR shall be appointed at time of award. The COR 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 for any costs

Page 3: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

HHS-NIH-NIDA-SSSA-RFQ-2016-606

Page | 3

incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change the COR designation.

3.1 Proposal Submission a. The respondent must submit its quote package (business volume, technical volume,

signed FAR 52.204-24 provision) to [email protected] by Monday, March 16, 2020, 1:00 P.M. Eastern Standard Time.

The request for quote number and the respondent’s company name must be referenced in the subject line of the email transmission.

b. The quote must be signed by an authorized signatory authority of the company. c. Your quote package should include:

1) Business Volume 2) Technical Volume 3) A signed FAR 52.204-24 provision

*****See attached Supplemental Proposal Instructions for details on how to prepare your quote package.

4.1. Proposal Intent

a. Respondents are asked to review this RFQ and provide the below information electronically to [email protected] not later than close of business on Friday, March 6, 2020. Choose one of the following options:

Do intend to submit a proposal Do not intend to submit a proposal

b. If you do not intend to submit a proposal in response to this RFQ, please state your

reason(s) in your electronic response.

c. Include the following in your electronic response: 1. Solicitation Number and Title 2. Name of Respondent’s Organization 3. Name (First, Middle Initial, Last) of Respondent’s Representative 4. Title of Respondent’s Representative

d. Your expression of intent is not binding but will greatly assist us in planning for proposal

evaluation. 5.1. Request for Clarification/Questions

a. Requests for clarification/solicitation questions may be submitted electronically to the Contracting Officer not later than close of business on Wednesday, March 4, 2020.

b. When submitting requests for clarification, respondents must cite the relevant section,

paragraph, and page number. Questions should be written in a way that enables clear understanding of the respondents’ issues or concerns. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not be provided a response. Further, respondents are reminded that the Contracting Officer will not address hypothetical questions aimed at receiving a potential “evaluation decision.”

c. Respondents may submit no more than ten (10) questions for clarification.

d. Written responses to the questions will be provided to all respondents through an

amendment to the solicitation on Contract Opportunies (FBO) on beta.sam.gov.

Page 4: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

HHS-NIH-NIDA-SSSA-RFQ-2016-606

Page | 4

6.1. Award Date and Number of Awards

a. It is anticipated that one or more awards will be made from this solicitation and that the award(s) will be made on/about April 13, 2020.

b. It is anticipated that the award(s) from this RFQ is Firm Fixed-Price type with a period

of performance on or about:

Base Period: 4/13/2020 – 1/18/2021 Option Period 1: 1/19/2021 – 9/16/2021 See attached Statement of Work for more details.

7.1 Late Proposal Provisions

a. Any proposal, modification, or revision that is received at the designated Government office after the exact date and time specified for receipt of proposals is “late” and may not be considered, at the discretion of the Contracting Officer. Proposals received “late” may not be evaluated or considered for award and may be returned to the offeror.

b. Acceptable evidence to establish the time of receipt at the Government installation

includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

c. If an emergency or unanticipated event interrupts normal Government processes so that

proposals cannot be received at the Government office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

8.1 Terms and Conditions

a. In responding to this RFQ, it is the respondent’s responsibility to provide current, relevant, complete, and accurate information in their quotation.

b. This RFQ does not commit the Government to pay any cost incurred in the submission of

quotes-proposals or make necessary studies or designs for the preparation thereof, nor to procure or contract for the products or services.

c. The Contracting Officer is the only individual who can legally commit the Government to

the expenditure of public funds in connection with this RFQ. Any other commitment, either explicit or implied, is invalid.

d. A response to this RFQ is not to be considered an offer that can be accepted by the

Government to form a binding contract. The actual purchase order is considered the offer by the Government to the contractor and the respondent’s written acceptance of the purchase order, or the commencement of performance under the order, is the respondent’s indication of their acceptance of the offer.

e. In addition to the clauses and/or provisions of this RFQ, the resultant purchase order may

include FAR Clause 52.213-4 Terms and Conditions—Simplified Acquisition (Other Than Commercial Items), and any other clauses and/or provisions required by Public Law, Executive Order, or the Health and Human Services Acquisition Regulations (HHSAR) applicable to or in effect at the time of execution of the award.

f. Potential award without discussions. The Government reserves the right to issue an

award(s) without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary.

Page 5: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

HHS-NIH-NIDA-SSSA-RFQ-2016-606

Page | 5

g. If an award(s) will be made without conducting discussions, the respondent may be

given the opportunity to clarify certain aspects of its proposal to which the respondent has not previously had an opportunity to respond or to resolve minor or clerical errors.

h. The RFQ may be amended or canceled, as necessary, to meet the Government’s

requirements.

i. All documents and deliverables described in this RFQ and amendments or modifications, shall be submitted in a professional manner and on the prime respondent’s letterhead. All work (hardware, software and services) must be Year 2000 Compliant.

j. The following FAR Clauses are incorporated by reference and the full text can be found

at https://www.acquisition.gov/:

1) The provisions of FAR Clause 52.213-4 Terms and Conditions – Simplified Acquisition (Other Than Commercial Items or Services) – attached.

2) 52.217-5 Evaluation of Options (July 1990).

3) FAR Clause 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 one day provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. 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 two years. (End of Clause)

4) FAR 52.227-17, Rights in Data – Special Works

5) HHSAR Clause 352.237-75 Key Personnel (Dec 2015)

6) HHSAR Clause 352.227-70, Publications and Publicity

7) HHSAR Clause 352.231-70 Salary Rate Limitation (December 18, 2015)

8) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) – attached. ****REQUIRES YOUR SIGNATURE AND RETURN WITH YOUR QUOTE PACKAGE.

PART II – SCHEDULE OF SUPPLIES OR SERVICES

1.0. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES

The purpose of the Scientific Research Preparatory Summer Course is to prepare students from populations traditionally underrepresented in science, such as the American Indian/Alaska Native (AIAN), to be competitive applicants for the NIH Summer Intern Program (SIP). NIH seeks colleges, universities and medical schools uniquely situated near AIAN communitites and suited to provide a scholarly scientific curriculum and administer the AIAN SIP Prep Program. The Traditional Knowledge component of course cannot be presented by anyone outside the Native community.

Page 6: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

HHS-NIH-NIDA-SSSA-RFQ-2016-606

Page | 6

2.0. DESCRIPTION / SPECIFICATIONS / WORK STATEMENT

See attached Statement of Work, Summer One (1) Curriculum, and Supplemental Proposal Instructions.

PART III – PROPOSAL INFORMATION AND INSTRUCTIONS

1.1. General a. Responses to this RFQ will be evaluated to determine the contractor(s) that can best

meet the Government’s needs at the best value. The evaluation results in assessment of the respondent’s ability to successfully accomplish the requirement. Therefore, the Contractor should read the RFQ carefully before preparing their response. The response should be practical, clear, and concise; and should comprehensively address the requirements of this RFQ.

b. Assumptions, conditions, or exceptions with any of the terms and conditions of this RFQ

must be noted. If not noted, the Government will assume that no assumptions, conditions, or exceptions are made and the respondent agrees to comply with all of the terms and conditions as set forth in the RFQ.

c. Information requested herein must be furnished in writing fully and completely in

compliance with the RFQ. The information requested and the manner of submittal is essential to permit prompt evaluation of all offers on a fair and uniform basis. Simple statements of compliance (i.e., “understood”; “will comply”) or phrases such as “standard procedures will be used” or “well known techniques will be utilized” and other generalities, without the detailed description of how compliance will be met, may not be considered sufficient evidence that the proposal can technically meet the project requirements. Accordingly, any proposal in which material information requested is not furnished or where indirect or incomplete answers or information are provided may be considered not acceptable.

d. Respondents may, at their discretion, submit alternate proposals or proposals

that deviate from the RFQ provided that a proposal for performance of work, as specified in the SOW, is also submitted. The alternate proposal may be considered if overall performance would be improved or not be compromised and if it is in the best interest of the Government. Alternate proposals or deviations from any requirements of this RFQ must be clearly identified.

e. The quote-proposal must be signed by an official authorized to bind the respondent’s

organization.

f. The Government may request clarifying information from the respondent as it relates to its proposal.

g. The Government reserves the right to reject any or all offers or any part thereof and to

waive any minor informality or irregularity in offers received. 2.1. Evaluation of Quotes and Award Determination

a. The Government will evaluate all responses received using the evaluation criteria as set forth in the attached “Technical Evaluation Criteria.” Each response will be evaluated in strict conformity with the evaluation factors, utilizing written critiques. The evaluation will be based upon the demonstrated capabilities of the prospective contractor(s) in relation to the needs of the project as set forth in the RFQ and Statement of Work.

b. The price quoted will also be evaluated. A price reasonable determination will be

made and a best value analysis will be performed. The best value analysis will take into consideration the results of the technical evaluation and price evaluation. The

Page 7: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

HHS-NIH-NIDA-SSSA-RFQ-2016-606

Page | 7

Government reserves the right to issue an order to the best value of the Government, technical merit, price, and other factors considered.

c. All aspects of the quote are subject to discussion, including price, technical approach

and terms and conditions. At the completion of discussions, the contractor will ensure their technical plan and price quote reflects the mutual understandings of the requirement and if requested, submit a revised technical plan and price quote to the Contracting Officer. The Technical plan should consist of the contractor’s intent and approach to this particular effort.

d. The Government may request clarifying information from the contractor, as it relates

to its quote.

e. If an award(s) will be made without conducting discussions, contractors may be given the opportunity to clarify certain aspects of their quote or to resolve minor or clerical errors.

f. The Government reserves the right to make a single award, multiple awards, or no

award at all as a result of this RFQ. In addition, the RFQ may be amended or canceled as necessary to meet the Government’s requirements.

g. Offerors should review the attached Supplemental Proposal Instructions.

3.1 Technical Proposal Instructions and Format

a. The technical proposal is the most important item in the evaluation of the respondent’s capability to perform the desired services. Therefore, the proposal must present sufficient information to reflect a thorough understanding of the work requirements and a detailed technical approach for achieving project objectives as set forth in the SOW.

b. All aspects of a proposal are subject to discussion, including price, technical approach,

and terms and conditions. At the completion of discussions, the contractor must ensure its technical plan and price-cost proposal reflect the mutual understandings of the requirement and, if requested, submit a revised technical plan and price-cost proposal. The technical plan should consist of the respondent’s intent and approach to the requirements, any considerations that should be made by the Government, as well as any additional information that expresses the respondent’s position above competitors for this effort. See attached Supplemental Proposal Instructions for more details.

4.1 Price-Cost Proposal Instructions

a. A firm fixed-price (FFP) proposal is requested. The fixed price quote should include a fixed price for performance of the Base Period, Option Period 1, and a sum total. This is not a cost reimburseable order, therefore it is not expected that your quote include estimated cost elements that is more traditionally part of a cost reimburseable requirement.

5.1 Evaluation Factors The Government will award a purchase order or orders resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. See attached Technical Evaluation Criteria for details.

6.1 Invoice Instructions See attached Invoice Instructions.

Page 8: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

ATTACHMENT 1: STATEMENT OF WORK

Page 9: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Version 11-30-2016-1 FAR Part 11—Describing Agency Needs

Page 1 of 6

STATEMENT OF WORK (SERVICES)

(SOW)

GENERAL INFORMATION

Title of Project:

NINDS Scientific Research Preparatory Summer Course

Statement of Need and Purpose:

The purpose of the Scientific Research Preparatory Summer Course is to prepare students from

populations traditionally underrepresented in science, such as the American Indian/Alaska Native (AIAN),

to be competitive applicants for the NIH Summer Intern Program (SIP). NIH seeks colleges, universitites

and medical schools uniquely situated near AIAN communitites and suited to provide a scholarly scientific

curriculum and administer the AIAN SIP Prep Program. The Traditional Knowledge component of course

cannot be presented by anyone outside the Native community.

Background Information and Objective:

Brief History: The 2020 Scientific Research Preparatory Summer Course is a two-year program to prepare students from traditionally underserved populations to be competitive applicants for the NIH Summer Internship Program (SIP). As recent NIH policy dictates that students under 18 years old are no longer eligible for the program unless accompanied by a legal guardian, many students, especially those from underserved areas, are no longer able to make arrangements to attend the program. NINDS is taking this opportunity to approach this very important part of the NIH mission from a different tact. NINDS in collaboration with the NIH Tribal Health Research Office, will provide a program that will not only continue to provide an opportunity for underserved students to have a science research experience, but will prepare theses students so that once able to attend the students will be competitive with their peers.

Moreover, the mission of the NIH is to develop, maintain, and renew scientific human resources that will

ensure the Nation's capability to prevent disease. Therefore, encouraging enrollment of new trainees in

NIH Program would be in line with the mission.

Objective of this program is to expose diverse students to basic laboratory procedures, including planning

experiments, evaluating data, keeping a laboratory notebook, reading and evaluating journal articles, and

understanding basic laboratory techniques. Each program will also include a medical or clinical

component exposing the students to opportunities and research in the medical field as well as a

Traditional Knowledge component and internship and college application preparation. The objective of

this contract is to provide comprehensive summer training to AIAN students in support and preparation of

attending the NIH in the next few years.

This is to include strategic planning and program development to support Scientific Research Preparatory

Summer Course.

Period of Performance:

The estimated period of performance is on or about:

Page 10: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Version 11-30-2016-1 FAR Part 11—Describing Agency Needs

Page 2 of 6

Base Period: 4/13/2020– 1/18/2021Option Period 1: 1/19/2021 – 9/16/2021

The Base Period includes a seven (7) week summer program provided with the attached schedule and

curriculum. The base period will also include a one day activity to be held during Fall of 2020 for the

same students who participated in the summer program.

The Option Period 1 will include a one day activity to be held during the Spring of 2021 and an eight (8)

week summer program.

SCOPE OF WORK

General Requirements:

Independently and not as an agent of the Government, the Contractor shall furnish all the necessary

services, qualified personnel, material, equipment, and facilities, not otherwise provided by the

Government as needed to perform the Statement of Work below:

Specific Requirements:

The contractor will be expected to conduct a summer internship program. The base period summer

program will be based on the attached curriculum and schedule. The internship participants will number

between 10-15 rising junior AIAN high school students for an introductory to research session (base

period summer program) and a one day fall activity that will build off of the summer program for the

students. Option Period One will have a one day spring of 2021 activity building off of the prior summer

curriculum and fall activity for the same group of students. The contractor is expected to develop their

own curriculum for option period one summer program which is more advanced and builds off of the

lessons learned in the base period summer program. In Option Period One, the contractor will utilize best

efforts to retain the same group of students who participated in the Base Period. In the event a student

who participated in the base period summer program elects to not participate in the option period one

summer program, the contractor shall recruit and replace the departing student with a rising senior

student capable of meeting the requirements of the more advanced curriculum in the option period

summer program. This requirement is specific to AIAN students, therefore any recruitment of students who are not specifically AIAN are subject to approval from the Contracting Officer's Representative.

The Contractor shall:

Furnish services, qualified personnel, material, equipment, and facilities, not otherwise provided by the

Government under the terms of this contract. The Contractor must have demonstrated extensive

experience providing program support services, working with underserved populations, specifically AIAN

populations, and coordinating programs to increase scientific experience. The contractor must have

evidence of an ongoing relationship with the tribal community for whom they will provide training.

The contractor shall recruit 10-15 rising high school junior AIAN students to participate in the base period

summer program curriculum and fall activity. Students shall be capable of returning for option period 1

spring activity and summer program. The contractor shall replace any students who participated in the

Base Period activities but have subsequently not returned for Option Period One activities with capable

rising senior students to participate in the Option Period 1 summer program. Option Period 1 is a

Government option and is not guaranteed.

The contractor shall oversee a developing summer science curriculum for underrepresented individuals

living on an AIAN reservation or living near the tribal community. The base period summer curriculum is

Page 11: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Version 11-30-2016-1 FAR Part 11—Describing Agency Needs

Page 3 of 6

provided by NINDS and is attached. The contractor will develop their own option period one summer

program curriculum.

The contractor shall develop a one day fall activity in the base period building off of the student lessons

learned in the base period summer curriculum. The contractor shall coordinate with student participants

for scheduling that works best to maximize participation for the fall activity.

The contractor shall develop a one day spring activity within option period one building off of the student

lessons learned in the base period summer curriculum and fall activity. The contractor shall coordinate

with student participants for scheduling that works best to maximize participation for the spring activity.

The contractor shall develop and oversee an eight (8) week summer science curriculum in Option Period

1 that is more advanced and builds off of the seven (7) week base period curriculum and contract

activities. Contractor will utilize best efforts to maximize retention of student participation. The goal is the

same students who participated in the base period will participate in Option period 1 (should the

Government elect to exercise Option Period 1), In the event that a participating student elects to not

participate in the Option Period 1 summer curriculum, the contractor will utilize best efforts in identifying

and recruiting a replacement student (a rising senior) capable of meeting the more advanced science

curriculum of Option Period 1.

The contractor shall:

Coordinate with local high schools to recruit 10-15 rising junior students capable of participating in the

base period summer program and fall activity. Students who are recruited shall be capable of returning for

the option period 1 spring activity and summer program.

In the event that a student participant from the base period does not return for the summer program in

Option Period 1, the contractor shall coordinate with local high schools on a rising senior student capable

of meeting the more advanced summer curriculum of Option Period 1.

Coordinate with local universities and/or medical schools in region to provide a laboratory environment to

host the summer program.

Provide personnel to staff the summer program.

Coordinate local travel for students to summer program.

Coordinate with local universities to provide oversight for a Traditional Knowledge activity.

Task: Find personnel; travel personnel as needed; procure transportation for students in program; provide

for supplies for students to include handouts, name tags, etc.

Task: Coordinate with universitites, colleges, medical schools in the region to locate qualified personnel to

coordinate the program.

Task: Coordinate with local Tribal High Schools in the region to locate qualified personnel to coordinate

the program, and to identify the appropriate students.

Page 12: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Version 11-30-2016-1 FAR Part 11—Describing Agency Needs

Page 4 of 6

Task: Coordinate with identified personnel to define list of supplies, both office and scientific and confirm

other curriculum needs.

Task: Provide certificates for students for closeout ceremony.

Final training materials, schedule, and curriculum will be provided to the COR for review and approval

prior to the start of the course.

Students are expected to record their weekly thoughts on what worked and what didn’t work for them

during the applicable week in the program and provide that to the contractor.

LEVEL OF EFFORT:

Two Co-Coordinators – Must have either MD or PHD and experience working with underrepresented

populations, especially helpful would be individuals that have worked with the AIAN populations.

Coordinator with experience with/knowledge of Traditional Knowledge. Must have experience working

with underrepresented populations, especially helpful would be individuals that have worked with the

AIAN populations. Can be a consultant and must conduct Traditional Ecological Knowledge activity as

part of the provided curriculum. Must be involved throughout the Program.

For clinical experience:

Two Classroom Presenters: Presenters must be medical students or medical personnel and have

experience working with underrepresented populations, especially helpful would be individuals that have

worked with the AIAN populations.

For basic science experience:

Two Classroom Presenters: Presenters must be versed in basic research skills and have experience

working with underrepresented populations, especially helpful would be individuals that have worked with

the AIAN populations.

Two Classroom Peer Mentors/ Presenters: Presenters must be pre-med students associated with a local

university.

One high school counselor from a local tribal-run high school

All personnel must be available from 8am to 5:30 pm, local time during the summer program. All

personnel must be accustomed to laboratory training and techniques. The contractor shall provide an

appropriate labor mix to conduct the one day fall activity and one day spring activity.

GOVERNMENT RESPONSIBILITIES

No access to government facility required. Government will not provide any space or equipment to

contract personnel.

REPORTING REQUIREMENTS

Page 13: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Version 11-30-2016-1 FAR Part 11—Describing Agency Needs

Page 5 of 6

Final training materials, schedule, and curriculum will be provided to the COR for review prior to the start

of the course.

Base Period Final Report – summary of students weekly comments/thoughts on what worked and did not

work with the program. Students are to submit their comments to the contractor weekly. This

information/data will be collected on a weekly basis for quality control. In the event data is to be published

prior Tribal and IRB approval is required.

Option Period One Final Report - summary of students weekly comments/thoughts on what worked and

did not work with the program. Students are to submit their comments to the contractor weekly. This

information/data will be collected on a weekly basis for quality control. In the event data is to be published

prior Tribal and IRB approval is required.

OTHER CONSIDERATIONS

Travel:

Program coordinators are required to be onsite during the entire program.

Some coordinators may have to be traveled to the site. Contractor shall arrange transportation for

students and counselors, as needed. This is a day program and thus, any contractor that provides overnight accommodations is at their own cost/expense and assumes the risk.

Food and Beverage:

No Government obligated funding is to be used for food and beverage. Anything the contractor provides

is at their own cost/expense.

Key Personnel:

• For clinical experience: Two Classroom Presenters: Presenters must be medical students or

medical personnel and have experience working with underrepresented populations, especially

helpful would be individuals that have worked with the AIAN populations.

• For basic science experience: Two Classroom Presenters: Presenters must be versed in basic

research skills and have experience working with underrepresented populations, especially

helpful would be individuals that have worked with the AIAN populations.

• Two lead Co-coordinators - must have either an MD or PHD degree and have experience working

with underrepresented populations, especially helpful would be individuals that have worked with

the AIAN populations.

• Coordinator/Consultant - with knowledge of Traditional Knowledge. Must have experience

working with underrepresented populations, especially helpful would be individuals that have

worked with the AIAN populations. Can be a consultant and must conduct a culturally relevant

Environmental Science Week as part of the provided curriculum.

Information System Security Plan:

N/A

Page 14: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Version 11-30-2016-1 FAR Part 11—Describing Agency Needs

Page 6 of 6

Data Rights:

N/A

Section 508—Electronic and Information Technology Standards:

Section 508 of the rehabilitation Act of 1973 requires that the Federal agencies’ electronic and information

technology (EIT) is accessable to people with disabilities. The Federal Acquisition Regulations (FAR)

Final Rule for section 508 (EIT Accessability) can be found at www.section508.gov and at the Access

Board’s Web site at https://www.access-board.gov/508.htm. The contractor must state that it will comply

with the requirements of Section 508.

Publications and Publicity:

Contractor will not publish any info obtained from performance of this statement of work without prior

written approval from the Contracting Officer.

Confidentiality of Information:

The Contractor will treat all NIH research data and information as confidential.

ATTACHMENTS

1) Base Period Schedule and Curriculum

Page 15: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

ATTACHMENT 2: SUMMER ONE

CURRICULUM

Page 16: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

NINDS Scientific Research Preparatory Summer Course 2020

Daily routine for the Base Period Summer ProgramMornings 8-9am Arrive via bus/POV; Lunch 12-1pmEvening 4-5pm Transport home

Scheduled Activities Week 1 Monday Tuesday Wednesday Thursday Friday Required personnel

Morning (9-12)

Location: College/University personnel present for

introductions, etc. Location: College/University

Chemistry lecture Location: College/University

Chemistry lecture Location: College/University

Chemistry lecture Location: College/University

Career Development Planning 2 MD or PhD level instructors

Afternoon (1-4) Food Science lab Food Science lab Food Science lab Food Science lab Chemistry Guest Speaker Traditional Knowledge Expert & High School Counselor

Week 2 Monday Tuesday Wednesday Thursday Friday

Morning (9-12)Location: Medical University

Biology Lecture Location: Medical University

Biology Lecture Location: Medical University

Biology Lecture Location: Medical University

Biology Lecture Location: Medical University

Career Development Planning 2 MD or PhD level instructors

Afternoon (1-4)

Location: Medical University Notebooks and Biology lab

(skills - pipetting)Location: Medical University

Biology lab Location: Medical University

Biology lab Location: Medical University

Biology lab Location: Medical University

Biology Guest Speaker Traditional Knowledge Expert & High School Counselor

Week 3 Monday Tuesday Wednesday Thursday Friday

Morning (9-12) 4 MD or PhD level instructors

Afternoon (1-4)Traditional Knowledge Expert & High School Counselor

Week 4 Monday Tuesday Wednesday Thursday Friday

Morning (9-12)

Afternoon (1-4)Traditional Knowledge Expert & High School Counselor

Week 5 Monday Tuesday Wednesday Thursday Friday

Morning (9-12)Location: Medical University

Opiod Abuse IntroLocation: Medical University

Opiod Abuse IntroLocation: Medical University

Opiod Abuse IntroLocation: Medical University

Opiod Abuse IntroLocation: Medical University

Career Development Planning 2 MD or PhD level instructors

Afternoon (1-4)Location: Medical University

Biology of Opiod Abuse Location: Medical University Chemistry of Opiod Abuse

Location: Medical University Health Disparities & Opoid

AbuseLocation: Medical University Opoid Overdose Simulation

Location: Medical University Sub Abuse Guest Speaker

Traditional Knowledge Expert & High School Counselor

Week 6 Monday Tuesday Wednesday Thursday Friday

Morning (9-12)Location: College/University

Genomics IntroductionLocation: College/University

Chemistry lecture Location: College/University

Chemistry lecture Location: College/University

Chemistry lecture Location: College/University

Career Development Planning 2 MD or PhD level instructors

Afternoon (1-4) Genomics Analysis Techniques Genomics Analysis Techniques Genomics Analysis Techniques Genomics Analysis Techniques Genomics Guest Speaker Traditional Knowledge Expert & High School Counselor

Week 7 Monday Tuesday Wednesday Thursday Friday

Location: College/University or Medical University Neuroscience/human anatomy and physiology lectures and associated labs. Suggested activities: Brain dissection, eye dissection, neuronal cultures, pain research, opiod crisis

Environmental Science Camp coordinated by Traditional Knowledge expert in the field. Encourage activities in the local environmnet. Activites need to be relevant to the population enrolled in the program.

Page 17: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Morning (9-12)

Location: College/University or Medical University Connecting

Science and Culture

Location: College/University or Medical University

Resume Building and Construction

Location: College/University or Medical University

Internship and College applications

Location: College/University or Medical University

Visit/Tour Local College Location: College/University or

Medical University MD or PhD level instructor

Afternoon (1-4) Connecting Science and

Culture Activity Connecting Science and Culture

Activity

Final Cover Letter Review Internship and College

applications

Review of Summer Activities; 3minute talks

Summer Programs for 2020 Graduation Ceremony

surveys, final ceremony

Fri: All personnel present; Traditional Knowledge Expert & High School Counselor

Page 18: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

ATTACHMENT 3: SUPPLEMENTAL

PROPOSAL INSTRUCTIONS

Page 19: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Supplemental Proposal Instructions

Offeror’s responses to the RFQ/solicitation shall be provided in two separate volumes as follows:

Volume Format Page Limitation Volume 1 – Business Volume (Quote)

Pdf and excel None

Volume 2 – Technical Volume Pdf No more than 30 pages, size 12 font, excluding resumes and table of contents.

Questions regarding this RFQ/solicitation must be sent to [email protected] by close of business Wednesday, March 4, 2020. Answers to all questions received will be provided as an amendment to the solicitation on Contract Opportunities within beta.sam.gov.

All submissions to the RFQ/solicitation must be received by 1 P.M. EST on Monday, March 16, 2020 and sent via email to [email protected]. Submissions shall be in two volumes (Business Volume and Technical Volume), along with a signed FAR 52.204-24 provision. Supplemental instructions are as follows:

1. Business Volume

Offerors are expected to propose a fixed price quote which will contain a fixed price cost for the Base Period, Option Period One, and a total fixed price sum for both Periods combined. The Government is requesting a quote to obtain a successfully completed summer program (with related activities outlined in the Statement of Work). Therefore, the fixed price cost of the base period is your institute’s quoted cost to complete the base period activities as outlined in the Statement of Work. The fixed price cost of Option Period 1 is your institute’s quoted cost to complete the Option Period One activities as outlined in the Statement of Work. Since this is fixed-price, Offeror’s are not expected to provide estimated line by line cost element details that may be common in a cost reimbursable requirement.

NOTE: Food and beverage cannot be reimbursed through federal appropriated dollars in this requirement. Quotes should not include any food and beverage costs. Any food and beverages provided during the period of performance is at the cost of the contractor and not with contract funds.

2. Technical Volume

Offerors’ Technical Volume will be evaluated against the technical evaluation factors contained in the Technical Evaluation Criteria attached to the solicitation. It is important that Offerors Technical Volume have sufficient information to evaluate against the technical evaluation factors. It is expected that Offeror’s will explain in detail how they will perform the requirements in the Statement of Work. The Statement of Work contains a proposed curriculum for the seven (7) week summer program within the Base Period. Offeror’s are expected in the Technical Volume to explain

Page 20: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

in detail their plan to execute the curriculum. Offerors are expected to develop their own plan for the fall activity and spring activity outlined in the Statement of Work. Offerors are expected to develop their own curriculum for the eight (8) week summer program contained in Option Period One (1) as explained in the Statement of Work. Offerors shall include their curriculum outline for the summer program they develop. Offerors shall explain their curriculum plan. The curriculum can be finalized at a later point and subject to the approval of the Contracting Officer’s Representative (COR). Offerors shall provide their proposed personnel and name key personnel and include resumes for each named personnel. Resumes need not exceed two pages in length. Offerors shall include their recruitment and retention plan for the high school participants and ensure their proposal provides all information necessary to evaluate based on the Technical Evaluation Criteria.

The technical volume shall include:

Technical Approach of how the work will be performed for the seven (7) week summer program in the base period and the subsequent one-day fall activity. Additionally, for Option Period One, your technical approach will explain how your institute will perform the eight (8) week summer program and one-day spring activity.

A curriculum outline of the Option Period One 8 week summer program Facilities and /or resources used. Proposed personnel and resumes Recruitment and Retention Plan Your technical volume will be evaluated by a technical evaluation panel and scored based on the “Techincal Evaluation Criteria” that is included as a separate attachment to this solicitation. Therefore, offerors should ensure the information within their technical proposal is sufficient in detail and tailored to the evaluation factors and Statement of Work.

Technical Volume Format The suggested outline for the technical plan is as follows:

a. Work Scope

b. Objectives. State the overall objectives and the specific accomplishments you hope to achieve. Indicate the rationale for your plan, and relationship to comparable work in progress elsewhere. Review pertinent work already published which is relevant to this project and your proposed approach. This should support the scope of the project as you perceive it.

c. Approach. Discuss the possible or probable outcome of approaches proposed.

d. Methods. Describe in detail the methodologies you will use for the project, indicating your level of experience with each, areas of anticipated difficulties, and any unusual expenses you anticipate.

e. Schedule. Provide a schedule for completion of the work specified in the statement of work. Performance schedules shall be indicated for phases or segments, as applicable,

Page 21: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

as well as for the overall program. Schedules shall be shown in terms of calendar months from the date of authorization to proceed or, where applicable, from the date of a stated event, as for example, receipt of a required approval by the Contracting Officer. Unless the request for quotes indicates that the stipulated schedules are mandatory, they shall be treated as desired or recommended schedules.

f. Personnel. Describe the experience and qualifications of personnel who will be assigned for direct work on this project. Information is required which will show the composition of the task or work group, its general qualifications, and recent experience with similar equipment or programs. Resumes for personnel should be provided. Each resume should not exceed more than two pages in length.

Past Performance Information

a. Offerors are requested to submit the following information as part of their Business Volume.

A list of the three (3) contracts completed during the past five years or currently being performed that is relevant to the work within this Statement of Work. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Offerors may also submit past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. For the purposes of this solicitation, a "major subcontract" is defined as a subcontract award in excess of $500,000.

Include the following information for each contract or subcontract listed:

1. Name of Contracting Organization

2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number)

3. Contract Type

4. Total Contract Value

5. Description of Requirement

6. Contracting Officer's Name and Telephone Number

7. Program Manager's Name and Telephone Number

8. North American Industry Classification System (NAICS) Code

The Government is not required to contact all references provided by the offeror.

Page 22: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

ATTACHMENT 4: TECHNICAL EVALUATION

CRITERIA

Page 23: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Technical Evaluation Criteria

The Government will award a purchase order or orders resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are listed in the order of importance, with Technical Capability being more important than Personnel Qualifications which is more important than Recruitment and Retention Plan. The technical evaluation factors are as follows:

Factor

Factor 1: Technical Capability

The Contractor’s proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements. Technical Capability should also include organizational capability (experience) as indication of an offeror’s ability to successfully perform the statement of work.

(a) Capability of offeror to successfully provide both a clinical/translational and basic research program, to include access to clinical and basic research facilities.

(b) Offeror's demonstrated history of working with local tribes and/or plan for working with local tribe.

Factor 2: Personnel Qualifications

The Contractor’s proposal shall be evaluated for level of conformance to the key personnel qualifications and personnel qualifications identified in the Statement of Work. Contractor’s proposal shall contain a resume/CV for each proposed staff member.

Factor 3: Recruitment & Retention Plan

Contractor’s proposal shall be evaluated on its ability to meet the recruitment of students outlined in the Statement of Work. The Offeror should address in their proposal how they will recruit the appropriate number of students and provide a plan for the retention of students. This includes an explanation for how an Offeror would find a capable replacement student for Option Year 1 activities in the event a student does not remain in the Program.

Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale:

Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is

Page 24: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low

Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low

Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral

Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High

Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High

Page 25: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

ATTACHMENT 5: FAR 52.213-4, TERMS

AND CONDITIONS

Page 26: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

52.213-4 Terms and Conditions-Simplified Acquisitions (Other ThanCommercial Items).

As prescribed in 13.302-5(d), insert the following clause:

T���� ��� C���������-S��������� A����������� (O���� T��� C��������� I����) (J�� 2020)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference:

(1) The clauses listed below implement provisions of law or Executive order:

(i) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of DivisionE, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequentappropriations acts (and as extended in continuing resolutions)).

(ii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and OtherCovered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

(iii) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug2019) (Section 889(a)(1)(A) of Pub. L. 115-232).

(iv) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).

(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).

(vii) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Officeof Foreign Assets Control of the Department of the Treasury).

(viii) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C.3553).

(ix) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L.108-77, 108-78 (19 U.S.C. 3805 note)).

(2) Listed below are additional clauses that apply:

(i) 52.232-1, Payments (Apr 1984).

Page 27: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

(ii) 52.232-8, Discounts for Prompt Payment (Feb 2002).

(iii) 52.232-11, Extras (Apr 1984).

(iv) 52.232-25, Prompt Payment (Jan 2017).

(v) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013).

(vi) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

(vii) 52.233-1, Disputes (May 2014).

(viii) 52.244-6, Subcontracts for Commercial Items (Aug 2019).

(ix) 52.253-1, Computer Generated Forms (Jan 1991).

(b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply:

(1) The clauses listed below implement provisions of law or Executive order:

(i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)(Pub. L. 109-282) (31 U.S.C. 6101note) (Applies to contracts valued at $30,000 or more).

(ii) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126) (Applies to contracts for suppliesexceeding the micro-purchase threshold.)

(iii) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (May 2014) (41 U.S.C.chapter 65)(Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands).

(iv) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212) (applies to contracts of $150,000 or more).

(v) 52.222-36, Equal Employment for Workers with Disabilities (Jul 2014) (29 U.S.C.793) (Applies to contracts over $15,000, unlessthe work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, “UnitedStates” includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. VirginIslands, and Wake Island.)

(vi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C.4212) (Applies to contracts of $150,000 or more).

(vii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C.chapter 67) (Applies to service contracts over $2,500 that aresubject to the Service Contract Labor Standards statute and will be performed in the United States, District of Columbia, Puerto Rico, the NorthernMariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer Continental Shelf).

Page 28: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

(viii) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O 13627) (Applies to all solicitationsand contracts).

(B) Alternate I (Mar 2015) (Applies if the Contracting Officer has filled in the following information with regard to applicabledirectives or notices: Document title(s), source for obtaining document(s), and contract performance location outside the United States to which thedocument applies).

(ix) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (Applies when 52.222-6 or 52.222-41 are in the contractand performance in whole or in part is in the United States (the 50 States and the District of Columbia)).

(x) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706) (Applies when 52.222-6 or 52.222-41 are inthe contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia.))

(xi) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed onFederal facilities).

(xii) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693)(applies to contracts for products as prescribed at FAR 23.804(a)(1)).

(xiii) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693)(Applies to maintenance, service, repair, or disposal of refrigeration equipment and air conditioners).

(xiv) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204,applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP))will be-

(A) Delivered;

(B) Acquired by the Contractor for use in performing services at a Federally-controlled facility;

(C) Furnished by the Contractor for use by the Government; or

(D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance).

(xv) 52.223-20, Aerosols (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potentialhydrofluorocarbons as a propellant or as a solvent; or contracts for maintenance or repair of electronic or mechanical devices).

(xvi) 52.223-21, Foams (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potentialhydrofluorocarbons or refrigerant blends containing hydrofluorocarbons as a foam blowing agent; or contracts for construction of buildings orfacilities.

Page 29: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

(xvii) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C.chapter 67) (Applies to contracts for supplies, and to contracts forservices involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portionof a service contract exceeds the micro-purchase threshold and the acquisition-

(A) Is set aside for small business concerns; or

(B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000).

(xviii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792) (Applies to contractsgreater than $25,000 that provide for the provision, the service, or the sale of food in the United States).

(xix) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2013)(Applies when the payment will bemade by electronic funds transfer (EFT) and the payment office uses the System for Award Management (SAM) as its source of EFT information).

(xx) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (Applies when thepayment will be made by EFT and the payment office does not use the SAM database as its source of EFT information).

(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C.App.1241) (Applies to suppliestransported by ocean vessels (except for the types of subcontracts listed at 47.504(d)).

(2) Listed below are additional clauses that may apply:

(i) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) (Applies to contracts when the contractor ora subcontractor at any tier may have Federal contract information residing in or transiting through its information system.

(ii) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed forDebarment (Oct 2015) (Applies to contracts over $35,000).

(iii) 52.211-17, Delivery of Excess Quantities (Sept 1989) (Applies to fixed-price supplies).

(iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin).

(v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination).

(c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with thesame 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 textof a clause may be accessed electronically at this/these address(es):

________________________________________________________________________________________________

________________________________________________________________________________________________

Page 30: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

[Insert one or more Internet addresses]

(d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. TheGovernment reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may requirerepair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Governmentmust exercise its postacceptance rights-

(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and

(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

(e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonablecontrol of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereignor contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. TheContractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay,setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give writtennotice to the Contracting Officer of the cessation of such occurrence.

(f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for itssole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any andall of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contractprice reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrateto the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not berequired to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Governmentany right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could havebeen avoided.

(g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by theContractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, withadequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for anyamount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided bylaw. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination forconvenience.

(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particularpurpose described in this contract.

(End of clause)

Parent topic: 52.213 [Reserved]

Page 31: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

ATTACHMENT 6: INVOICE INSTRUCTIONS

Page 32: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Revised 12-2015 NIDA OA

Invoice and Payment Provisions (2/2014)

The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket

Purchase Agreement (BPA) Calls: Prompt Payment (Jul 2013) FAR 52.232-25. Highlights of this

clause and NIH implementation requirements follow:

I Invoice Requirements

A. An invoice is the Contractor's bill or written request for payment under the contract for supplies

delivered or services performed. A proper invoice is an "Original" which must include the items

listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the

invoice does not comply with these requirements, the Contractor will be notified of the defect

within 7 days after the date the designated billing office received the invoice (3 days for meat,

meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products,

edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See

exceptions under II. below.) Untimely notification will be taken into account in the computation

of any interest penalty owed the Contractor.

1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone

number, e-mail and mailing address of point of contact).

2. Remit-to address (Name and complete mailing address to send payment).

3. Remittance name must match exactly with name on original order/contract. If the

Remittance name differs from the Legal Business Name, then both names must appear on

the invoice.

4. Invoice date.

5. Unique invoice #s for all invoices per vendor regardless of site.

6. NBS document number formats must be included for awards created in the NBS: Contract

Number; Purchase Order Number; Task or Delivery Order Number and Source Award

Number (e.g., Indefinite Delivery Contract number; General Services Administration

number); or, BPA Call Number and BPA Parent Award Number.

7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central

Contractor Registration (CCR).

8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a

contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN)

must be referenced on the invoice. The VIN is the number that appears after the

contractor’s name on the face page of the award document.

9. Identify that payment is to be made using a three-way match.

10. Description of supplies/services that match the description on the award, by line billed.*

11. Freight or delivery charge must be billed as shown on the award. If it is included in the item

price do not bill it separately. If identified in the award as a separate line item, it must be

billed separately.

12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services

performed, as applicable, and that match the line items specified in the award.*

* NOTE: If your invoice must differ from the line items on the award, please contact the Contracting

Officer before submitting the invoice. A modification to the order or contract may be needed before

the invoice can be submitted and paid.

Page 33: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Revised 12-2015 NIDA OA

B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If

authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice

must be supported by a bill of lading or a paid carrier's receipt.

C. Mail an original and 1 copy of the itemized invoice to:

National Institutes of Health

Office of Financial Management,

Commercial Accounts

2115 East Jefferson Street, Room 4B-432,

MSC 8500

Bethesda, MD 20892-8500

For inquiries regarding payment call: (301) 496-6088

II. Invoice Payment

A. Except as indicated in paragraph B., below, the due date for making invoice payments by the

designated payment office shall be the later of the following two events:

1. The 30th day after the designated billing office has received a proper invoice.

2. The 30th day after Government acceptance of supplies delivered or services performed.

B. The due date for making invoice payments for meat and meat food products, perishable

agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the

Prompt Payment Act, as amended.

III. Interest Penalties

A. An interest penalty shall be paid automatically, if payment is not made by the due date and the

conditions listed below are met, if applicable.

1. A proper invoice was received by the designated billing office.

2. A receiving report or other Government documentation authorizing payment was processed

and there was no disagreement over quantity, quality, or contractor compliance with an term

or condition.

3. In the case of a final invoice for any balance of funds due the contractor for supplies

delivered or services performed, the amount was not subject to further settlement actions

between the Government and the Contractor.

B. Determination of interest and penalties due will be made in accordance with the provisions of

the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the

Office of Management and Budget.

Page 34: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

Revised 12-2015 NIDA OA

IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR

52.232-40 (December 2013)

a. Upon receipt of accelerated payments from the Government, the Contractor shall make

accelerated payments to its small business subcontractors under this contract, to the maximum

extent practicable and prior to when such payment is otherwise required under the applicable

contract or subcontract, after receipt of a proper invoice and all other required documentation

from the small business subcontractor.

b. The acceleration of payments under this clause does not provide any new rights under the

prompt Payment Act.

c. Include the substance of this clause, include this paragraph c, in all subcontracts with small

business concerns, including subcontracts with small business concerns for the acquisition of

commercial items. (End of Clause)

Page 35: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

ATTACHMENT 7: FAR 52.204-24

Page 36: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

CERTIFICATION

under

Solicitation # NIDA-NINDS-20-003790

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019)

(a) Definitions. As used in this provision--

Covered telecommunications equipment or services, Critical technology, and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Actfor Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or afterAugust 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure orobtain, any equipment, system, or service that uses covered telecommunications equipment orservices as a substantial or essential component of any system, or as critical technology as partof any system. Contractors are not prohibited from providing--

(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, orinterconnection arrangements; or

(2) Telecommunications equipment that cannot route or redirect user data traffic or permitvisibility into any user data or packets that such equipment transmits or otherwise handles.

(c) Representation. The Offeror represents that--

It [ ] will, [X ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.

(d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c)of this provision, the Offeror shall provide the following information as part of the offer--

(1) All covered telecommunications equipment and services offered (include brand; modelnumber, such as original equipment manufacturer (OEM) number, manufacturer part number, orwholesaler number; and item description, as applicable);

(2) Explanation of the proposed use of covered telecommunications equipment and servicesand any factors relevant to determining if such use would be permissible under the prohibition inparagraph (b) of this provision;

Page 37: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and

(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).

CERTIFICATION:

Signature of Authorized Individual Date

Title:

Organization:

Page 38: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

As prescribed in 4.2105(b), insert the following clause:

PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019)

(a) Definitions. As used in this clause—

Covered foreign country means The People’s Republic of China.

Covered telecommunications equipment or services means-

(1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);

(2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities);

(3) Telecommunications or video surveillance services provided by such entities or using such equipment; or

(4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.

Critical technology means-

(1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations;

(2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled—

(i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or

(ii) For reasons relating to regional stability or surreptitious listening;

(3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);

(4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material);

(5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or

Page 39: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

(6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817).

Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.

(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104.

(c) Exceptions. This clause does not prohibit contractors from providing—

(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.

(d) Reporting requirement.

(1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.

(2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause:

(i) Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.

(ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any

Page 40: 02/28/2020 5614297 UNDER BDSA REG. 2 AND/OR … Government...1 7 1. REQUEST NO. NIDA-NINDS-20-003790 2. DATE ISSUED 02/28/2020 3. REQUISITION/PURCHASE REQUEST NO. 5614297 4. CERT

additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.

(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items.

(End of clause)