Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOLICITATION NOTICE

99 -- ORGANIZATIONAL ASSESSMENT SURVEY

Notice Date
3/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-02-R-0009
 
Response Due
4/12/2002
 
Archive Date
4/27/2002
 
Point of Contact
Joanne Keyser, Contract Specialist, Phone 301-619-2138, Fax 301-619-6793,
 
E-Mail Address
jmkeyser@us.med.navy.mil
 
Description
DESC: Naval Medical Logistics Command intends to award a contract to the offeror that provides the best value to the government from this combined synopsis/solicitation for commercial items for services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The document number for this Request for Proposals is N62645-02-R-0009 and proposals are due by NOON, 12 April 2002. Responses must contain sufficient documentation to establish a bonafide capability to fulfill the requirements. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. NAISC 541611. The government contemplates award of a firm fixed price contract for the following requirement. This requirement is for analysis services to conduct a Navy Medical Department Organizational Assessment Survey and deliver the associated database (CLIN 0001). The total contract is for one base year plus two option years to cover FY 02, FY 03 and FY 04. SCOPE OF WORK: INTRODUCTION: The Surgeon General of the United States Navy has tasked the Deputy Assistant Chief for Plans, Analysis and Evaluation to assess morale in the Navy Medical Department. In support of this, the present study will examine the attitudes and behaviors of individuals in organizational settings. This can be viewed as the product of three interacting considerations: (a) perception of the current job situation; (b) future-oriented career considerations; and (c) other aspects of non-work life. More specifically, the psychological climate of one?s current job situation generally refers to the individual?s cognitively based description of the work situation, psychological processing of specific perceptions into more abstract depictions of the psychologically meaningful influences in the situation, processing of situational characteristics that have direct and immediate ties to individual experiences and applies across a variety of situations (Jones & Jones, 1978). Variables such as these, when taken together, constitute a form of experienced organizational reality that signal to the individual whether his or her expectations are being (or are likely to be) met. In addition, they often relate to important organizational outcomes such as absenteeism, productivity, and turnover. The objectives are to develop and execute a study designed to measure the attitudes, perceptions, and behaviors of Navy Medical Department personnel. The present study will also assess retention intention of personnel, job satisfaction, job stress, career needs, work environment stability, and organizational commitment as a function of career stage and occupation. The survey will be conducted to identify relevant management issues and develop appropriate recommendations. SCOPE: The overall scope of this delivery order shall be to provide scientific, technical and professional support to on-going Navy Medical Strategic Goals as described in the following sub-paragraphs. 1. The purpose of this task is to coordinate the development, production/printing, distribution/mailing, tracking, and completion of questionnaires. 2. The purpose of this task is to coordinate the receipt of study data, manage the quality, accuracy and timeliness of the data, establishment of data into a data-base, and provide preliminary assistance to the Bureau of Navy Medicine and Surgery (BUMED) research team and various subject matter experts who will be analyzing the data for topic-related outcomes and results. TECHNICAL REQUIREMENTS: 1. The contractor shall provide the BUMED research team with the study questionnaire. This involves designing the questionnaire, printing and production of the questionnaire, and performing the analyses on the returned written comments from respondents. 2. The contractor shall assist in the development, production/printing, distribution/mailing, tracking, follow-up/reminders, and completion of the questionnaire. The contractor shall provide project coordinators with expertise in project management to assist the BUMED research team in accomplishing this work. 3. The contractor shall perform key-to-disk data entry for all returned questionnaires. Data is to be double-entered to ensure accuracy. The final data-base will be no less than 98% accurate. 4. The contractor shall provide coordination of data collection activities and data-base construction in SPSS 10.0 for Windows. The data file is to include variable data labels and variable data values. The coding scheme for these data labels and data values will be coordinated between the contractor and the BUMED research project coordinator. 5. The contractor shall analyze the responses of two (2) open-ended questions that allow up to three possible responses per question. These responses will be grouped into content categories based on similar themes. All responses must be categorized. Each category will receive a numerical code and be entered into the data-base. All category codes will be linked to the respondent who provided the responses via a subject identification code. This subject identification code will appear as the first variable in the data-base. The numerical category code will appear as the last six variables (e.g., three variables for each of the two open-ended questions) in the data-base. The first 12 lines (i.e., the actual space provided for respondents? comments on the questionnaire) will be fully transcribed into a text file document. GOVERNMENT-FURNISHED PROPERTY / MATERIAL: 1. The BUMED research team will provide the contractor with an electronic copy of the questionnaire. This questionnaire will be provided as a WORD 7.0 file. The BUMED research team will also provide the contractor with an electronic text file of the business addresses of all research participants. The content and the format of the questionnaire will not be altered in any form without the written consent of the BUMED research team. 2. 100% of the work will be performed at the contractor?s work site. No U.S. Navy or U.S. Government property will be used in the performance of this statement of work. Postage, supplies, envelops, return envelopes with the contractor?s address, reminder letters and other necessary supplies incurred by the contractor shall be incorporated into the bid. 3. The BUMED research will provide the contractor with an electronic copy of the text for the cover letters and the reminder cards. The BUMED research team will also provide an electronic copy of any emblems that may appear on the cover letters and/or reminder cards. DATABASE DELIVERABLE: Must be ?Text Smart?. TRAVEL: No travel is required by the contractor for the completion of this project. SECURITY: Unclassified PLACE OF PERFORMANCE: Contractor will perform 100% of the time at the contractor?s place of business. INSTRUCTIONS FOR PROPOSAL SUBMISSION: Offeror's shall provide an electronic copy of separate technical and cost proposals via email. No pricing information shall be contained in the technical proposal. TECHNICAL PROPOSALS shall fully describe the offeror's capability to meet the requirements contained in this synopsis/solicitation. The offeror's technical proposal must demonstrate compliance with all the minimum technical characteristics listed above and contain such additional information as may be necessary for the government to assess technical and performance risk as described below. In addition to the information in the scope of work stated above, prospective contractors must have 1) a proven track record of a comprehensive range of advanced analytical and data mining expertise; and 2) the breadth and depth of technology and expertise that makes predictive analysis possible and accurate, responsive technological support. The technical proposal must include a list of no less than two customers for the same or similar services offered herein. Include the name and address of the company/agency, the point of contact with telephone number and the period of performance for that reference. References may be contacted for evaluation purposes. COST PROPOSAL shall include a complete price for the requirement in CLIN 0001 with priced option years. EVALUATION & AWARD: Award will be made to the offeror whose proposal meets the government's minimum requirements and whose price, technical risk and performance risk represents the best value to the government. Technical and performance risk are significantly more important than price. The following technical evaluation criteria will be used: FACTOR 1: MINIMUM REQUIREMENTS. The offeror has successfully demonstrated compliance with all of the minimum performance requirements contained in the solicitation. This factor will be evaluated on an ACCEPTABLE/UNACCEPTABLE basis. An offeror may be rated UNACCEPTABLE AS SUBMITTED if the proposal has not demonstrated compliance with all minimum requirements but has the potential to do so if amended during discussions. Offerors are cautioned that the Government intends to award without discussions, so proposals deemed UNACCEPTABLE AS SUBMITTED may not be considered for award. Proposals deemed UNACCEPTABLE will not be evaluated for Factor 2. FACTOR 2: PERFORMANCE RISK ASSESSMENT. The extent to which the offeror's proposal reflects an appropriate apportionment of performance risk will be evaluated in this factor. Performance risk considerations are defined as those characteristics of the offeror that give indication of the likelihood of the offeror's successful performance of the current requirement. Their proposed delivery schedule, record of on-time delivery for same services and product, quality of workmanship displayed in same services and product, reliability of same class services and product, business relations exhibited during previous contracts, range and depth of support provided for same class services and product. CLAUSES AND PROVISIONS: The following clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000); 52.212-2, Evaluation-Commercial Items, offers shall be evaluated for fair and reasonable price and technical capability as stated herein; 52.212-3, Offeror Representations and Certifications - Commercial Items (include completed Reps and Certs in offeror's cost proposal);52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553), 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer - Center Contractor Registration (31 U.S.C. 3332), 252.204-7004, Required Central Contractor Registration (MAR 2000), 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2000), 252.205-7000, Provisions of Information to Cooperative Agreement Holders (10 U.S.C. 2416), 252.225-7007, Buy American Act - Trade Agreements - Balance of Payments Program, Alternate I (41 U.S.C. 10a-10d, 19 U.S.C. 2501-2518, and 19 U.S.C. 3301 note), 252,225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Certification of Requests for Equitable Adjustment (10 U.S.C. 2410), 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note), 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631), 252-247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631), 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631), 252.225-7006, Buy American Act ? Trade Agreements - Balance of Payments Program Certificate (MAR 1998). All responsible sources may submit a proposal which shall be considered by the Navy. Please respond via email to jmkeyser@us.med.navy.mil. Responses are due no later than NOON, 12 April 2002 to Ms. Joanne Keyser (301) 619-2138; FAX (301) 619-6793.
 
Place of Performance
Address: Contractor's facility
 
Record
SN00049878-W 20020330/020328213427 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.