Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

R -- ADMINISTRATIVE AND TECHNICAL SUPPORT FOR THE DOD PATIENT SAFETY TRAINING ACTIVITIES

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-CHE70013
 
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD intends to issue a requirements contract for the administrative and technical support to the Center for Education and Research in Patient Safety (CERPS) at USUHS for the Department of Defense (DoD) Patient Safety Training activities that will support implementation of a Military Health System Patient Safety Program. The contractor shall provide the necessary facilities, personnel, equipment and software to support the CERPS in the Patient Safety Training Program. This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12-Acquisition of Commercial Items and FAR Part 13-Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses if effect through Federal Acquisition Circular 05-18. It is the responsibility of the contractor to monitor FedBizOpps for any amendments to this solicitation. Questions must be submitted via e-mail to cjohnson@usuhs.mil by August 31, 2007. Questions will not be answered over the phone and questions submitted after this date will not be answered. Quotes are due on September 7, 2007 at 2:00 pm. STATEMENT OF WORK CONTRACTOR?S RESPONSIBILITIES: 1. The objective of the contractor is to provide the aforementioned support to conduct training at a hotel site near to the USUHS. The contractor shall be responsible for: i) planning and providing a meeting room for four (4) training sessions in the 12 month period after award. The training sessions will occur: one (1) in September, one (1) in Fall 07, one (1) in Winter 07 and one (1) in Spring 08. ii) the length of the September class shall be one (1) day with at least 20 participants and the length of the other three (3) sessions shall be four (4) non-consecutive days during Monday through Friday with at least 50 participants, to include two (2) additional small rooms to accommodate two (2) break-out sessions during one afternoon of the week. iii) provide continental breakfast in the afternoon and a break service in the afternoon for each of the days of training in the hotel. iv) provide a block of rooms at the hotel during this period for participants attending this training. Participants will be traveling at government expense and will pay for their own lodging requirements. Rate charged to participants will be no more than the prevailing government per diem rate. The number of actual hotel rooms for participants will vary depending on the number of students attending. 2. Conference support: The contractor shall provide on-site conference support to include, but not limited to: i) provide on-site support, including at least one staff member to assist with the registration process, provide necessary audio-visual support, provide direct support to faculty as requested and provide general conference support as requested by the Government. ii) provide on-site instructional materials including Post-It Notes, assorted colored markers, a lavaliere microphone, 8x8 screen, and other assorted materials as requested by the Instructor(s). Internet access is not required. iii) arrange for transportation of the participants to and from the selected hotel and the Uniformed Services University, 4301 Jones Bridge Road, Bethesda, MD iv) provide other general pre-training support function as required by the Government. v) provide coffee, soda and water breaks mid-morning and mid-afternoon on all days of training. vi) provide, maintain and collect daily student sign-in rosters. vii) provide other general pre-training support function as required by the Government. PLACE AND PERIOD OF PERFORMANCE: The place of performance will at the contractor?s headquarters and at the designated locations where the DoD Patient Safety Training is to be provided. The period of performance will be for three years from the date of award. Performance will be initiated by the issuance of a task order specifying the actual work and funded by the appropriate fund citation for the current fiscal year. PRICE: The contractor should provide proposed price list and estimated yearly total for the option years for budget purposes. The training class schedule and the number of attendees for the proceeding years will be provided for each option year. CLIN 0001 ? BASE YEAR Administrative and Technical Support for DoD Patient Safety Training activities to support implementation of the Military Health System (MHS) Patient Safety Program. The necessary facilities, personnel, equipment, and software are to be provided to support the Center for Education and Research in Patient Safety (CERPS) Patient Safety Training Program CLIN 0002 ? OPTION YEAR I Administrative and Technical Support for DoD Patient Safety Training activities to support implementation of the Military Health System (MHS) Patient Safety Program. The necessary facilities, personnel, equipment, and software are to be provided to support the Center for Education and Research in Patient Safety (CERPS) Patient Safety Training Program CLIN 0003 ? OPTION YEAR II Administrative and Technical Support for DoD Patient Safety Training activities to support implementation of the Military Health System (MHS) Patient Safety Program. The necessary facilities, personnel, equipment, and software are to be provided to support the Center for Education and Research in Patient Safety (CERPS) Patient Safety Training Program GOVERNMENT?S RESPONSIBILITES: The COR or Government personnel associated with the project will also provide technical guidance to the contractor personnel whenever needed. Evaluation Factors The government will award a firm-fixed price (FFP) task order contract resulting from this request to the responsible offeror whose offer conforms to this request, and is most advantageous to the government, based on price and the technical evaluation factors listed below. Technical Corporate Expertise: Demonstrates a clear understanding of the scope of work through comprehensive and a responsive offer that provides highly competent personnel sufficient to give the Government a reasonable assurance that the contract will be carried out in highly satisfactory manner. The offeror shall provide evidence of his organization?s ability to manage the work required under the Statement of Work. The following will be considered in this factor: a. level of administrative support required; b. importance of communication and coordination with the government and other contractors; c. development of comprehensive meeting/planning strategy; d. address the method for performing the work and meeting deadlines Past Performance: Past performance information will be used to assess the quality of the offeror?s performance based on how well the same or similar work has been performed. Offeror should provide five summary descriptions of same or similar work efforts undertaken by your organization in private sector and/or federal, state, or local government agencies that would substantiate a claim of ability to perform the type of work described herein. Please provide the following information regarding each of the five references: a. Name of Contracting Activity b. Contract Number and Award Date c. Total Contract Value d. Contracting Officer or Customer Name, telephone number and e-mail address e. Description of Contract Work Price: Offers will be evaluated to determine whether offered prices are realistic in relation to the work to be performed, reflect a clear understanding of the requirements, and are consistent with other portions of the offeror?s offer. Technical acceptability will be determined solely on the content and merit submitted in response to this request. Therefore, it is essential to address and provide sufficient technical documentation in order for the Government evaluation team to make an adequate technical assessment of the proposal as meeting technical acceptability. The following provisions and clauses apply to this contract: ? 52.212-1 Instructions to Offerors-Commercial Items ? 52.212-2 Evaluation-Commercial Items ? 52.212-3 Offeror Representations and Certifications-Commercial Items ? 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 (clauses cited therein are applicable), ? 52.217-8 Option to Extend Services ? 52.217-9 Option to Extend the Term of the Contract Full-text versions provisions and clauses can be accessed electronically at https://acquisitioin.gov/far/index.html. To be eligible for contract award, a contractor must be register with the Central Contractor Registration (CCR) database. For instructions on registering with CCR, please see CCR website at www.ccr.gov.
 
Place of Performance
Address: BETHESDA, MD
Zip Code: 20814
Country: UNITED STATES
 
Record
SN01384960-W 20070826/070824222954 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.