Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2008 FBO #2230
MODIFICATION

R -- Budget Analyst Support Services

Notice Date
1/2/2008
 
Notice Type
Modification
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480, UNITED STATES
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ-CC-100326
 
Response Due
1/14/2008
 
Archive Date
1/29/2008
 
Point of Contact
Deborah Britton, Contracting Officer, Phone (301) 594-5914, Fax (301) 594-5920
 
E-Mail Address
dbritton@cc.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 1 TO THIS COMBINED SYNOPSIS SOLICITATION IS AS FOLLOWS: THE POSITION FOR BUDGET ANALYST SUPPORT SERVICES WILL BE FOR 40 HOURS EVERY 2 WEEKS PART TIME. THE INDIVIDUAL WILL WORK 4 DAYS IN THE OFRM OFFICE AND 1 - 8 HOUR DAY SHALL BE SPENT EITHER AT THE GOVERNMENT FACILITY OR AT THE CONTRACTOR'S WORKSITE. THE 40 HOUR PER 2 WEEKS WILL COINCIDE WITH THE SAME WORK PERIODS AT THE NATIONAL INSTITUTES OF HEALTH. This announcement constitutes the only solicitation and a separate solicitation will not be issued. This is a combined synopsis/solicitation for Commercial Services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested based on this announcement. The solicitation number for this acquisition is RFQ-CC-100326 and is being issued as a Request for Quote. This acquisition will be processed under Simplified Acquisition Procedures. This is a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 541219. The National Institutes of Health, Clinical Center; Office of Financial Resource Management (OFRM) requires Budget Analyst Support Services. This Department is responsible for the management of all Clinical Center financial operations to include, development and monitoring of the annual CC budget; monitoring hospital manpower utilization; identifying and tracking clinical and patient support utilization; maintaining the hospital cost management system; developing protocol impact assessments; and conducting hospital audit and control functions. The Department is currently composed of the following sections: Finance/Budget, Management Analysis and Reporting, and Protocol Services. OFRM is dedicated to carrying out the overall financial management mission by providing high quality service to the internal and external units of the NIH through the timely processing of financial information, interpretation of policy and procedure, and accurate and timely financial reporting. The activities of the Department are directed principally towards: Effectively managing the budgetary resources of the Clinical Center (CC) in support of the NIH mission of instruction, research, and public service. Providing CC executive management with objective, accurate and timely information and analyses to inform central decision making and strategic planning processes. Ensuring that NIH budgetary policy and practice conform to Federal policy and regulations. Collaborating with Clinical Center department and administrative units in guiding the annual CC budgetary process, assessing ongoing budget and planning issues, and establishing and monitoring controls over fund allocations. It provides decision support through cost benefit analysis, institutional research, and data reporting, analyzing, and forecasting. Scope of Work: The contractor shall be located in the NIH Clinical Center, Office of Financial Resource Management and will be responsible for providing on-going support to the OFRM for routine and special projects. The purpose of this position is to provide the Clinical Center budget formulation, execution and presentation training and guidance during the transition to a new support staff. The contractor will provide but not limited to: 1) Prepare materials for various financial management review groups and required annual reporting as requested; 2) Train an individual in Budget development and execution process; monthly and annual reporting documents; resource database; policy and HHS, NIH, CC, policy and guidance; executing non-Management fund accounts; monitoring organization-wide contracts utilization; terminology; 3) Assist with technology modernization for financial programs; 4) Serve as backup and assist other OFRM in executing assigned projects; 5) Perform other related duties as assigned. Qualifications: OFRM requires an individual with broad knowledge research hospital facility programs, personnel, contracts and budget. Contractor will have prior experience working with the NIH NBS system and many of the other NIH databases i.e. Data-warehouse and NVision. Contractor will have experience working in a hospital environment and have experience contracting with other government components through inter-agency agreements. Qualifications will also include experience working under the NIH guidance and policies; working knowledge of the NIH accounting practices and reporting requirements. Contractor will possess the knowledge of the Clinical Center?s guidance and policies which will be needed in the training of personnel. Contractor shall provide services Monday through Friday during normal business hours, 8:30am to 5:00pm to include 40 hours per work week. These hours will consist of (4) four full days on the Bethesda office site and the remaining hours shall be performed at the contractor?s work site. The contractor serves under the general direction of the Chief, Office of Financial Resource Management or his designee. The regulatory requirements include Departmental, Clinical Center, NIH, Federal Policies and references as well as standards of practice set-forth by the JCAHO, OSHA and the National Institutes for Occupational Safety and Health. The contractor shall be interacting with the health care professionals and other administrative staff and also inclusive with other Institute officials and private concerns. For security purposes the contractor shall be provided by the Government an identification badge which shall be worn at all times while on duty. The identification badge will contain photo and associated information. The contractor shall be issued keys to the assigned work area. The Government will issue a parking permit to contractor to allow access on and off the hospital facility. The contractor shall be required to return identification badge, keys and parking pass to the Government upon completion of the acquisition of services. Performance Measurements: Evaluations of the contractor?s performance will be conducted periodically throughout the contract period of performance. A formal performance review will be conducted prior to completion of this contract. Performance will be measured against those standards set forth based on assigned duties and responsibilities of the contractor in performance of service requirement. Failure to comply with the performance of this Purchase Order shall incur termination of part or entirety of the services. The anticipated award date for this acquisition is January 20, 2008 through January 19, 2009. Technical Criteria: Proposals will be evaluated on the basis of technical merit, and cost. Past Performance shall be based on relevance of the information, and context of data. The Government reserves the right to make an award based on best value and technical expertise without discussions. The factors to be considered are as follows: 1) Understanding the Objective and Technical Support: The offeror?s proposal shall furnish a definite plan of operation including a scope of work, explanation of technical approaches, and a detailed outline of the proposed program for executing the requirements of the technical scope and achieving the objectives of the project as required by the operation. Specifically, provide procedures on how the offeror proposes to accomplish the key tasks as outlined in the Scope of Work. 2) Personnel Experience: Each proposal must provide information on the staff who will be assigned for direct work on this project. Information should include, but is not limited to, professional training, degrees, and experience in hospital financial and management systems assessments, activity based costing, etc. Resumes of proposed staff / contractors to be involved in the project should be provided, and, if these individuals are not presently employed by the contractor, the contractor should provide letters of commitment demonstrating the willingness of these individuals to accept employment if the contract is awarded. 3) Corporate Experience: The proposal shall focus on the offeror?s prior experience in providing hospital financial and management systems assessments, activity based costing, etc. support. The proposal shall include sufficient information to demonstrate previous effectiveness in similar work. Prior experience shall include hospital, government, or with analogously structured organizations with multiple information system stakeholders. 4) Price: The offeror proposed price shall be considered based on the total cost. The Government intends to make a single award based on the best value and technically acceptable offeror who conforms to the acquisition of services and is the most advantageous to the Government. Only those offerors found in the acceptable range may be requested to give oral presentations to address information within their proposal. Those offerors shall be given prior written notification to setup of appointments. Due date for proposal submissions shall be by the close of business on JANUARY 14, 2008 LOCAL TIME AT 10:00AM. Submission of any questions shall be sent via email to Deborah Britton at dbritton@cc.nih.gov until January 10, 2008; after that date no other questions or inquiries will be considered. The following provisions and clauses apply: FAR 52.213-4 Terms and Conditions, Simplified Acquisition; Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in the full text. Provisions 52.212-1 Instructions to Offeror/Commercial; 52.212-2 Evaluation- Commercials Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions; 52.223-6 Drug Free Workplace; 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 U.S.C. 3332); 52.222-19; and 52.217-9 Option to Extend the Term of the Contract; This purchase order shall be for a basic contract period of 12-month with 1 option to renew. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at. www.arnet.gov Parties responding to this Request for Quote may submit their offer in accordance with their standard commercial practices (e.g on company letterhead, formal quote form etc.) but must include the following information: 1)Company complete mailing and remittance addresses; 2) discounts for prompt payment if applicable; 3) Dun and Bradstreet number; 4) Taxpayer ID Number; 6) Offerors must meet the requirements included in this synopsis. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration. The package requirements to send proposal must have the RFQ No. identified on the package along with the title of services entitled ?Budget Analyst Support Services. All proposal must included the technical and price agreement. Proposals can either be submitted electronically to dbritton@cc.nih.gov or mailed to National Institutes of Health, Attn: Deborah Britton; 6707 Democracy Blvd; Suite 106; Bethesda, Maryland 20892-5480. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ-CC-100326/listing.html)
 
Record
SN01478308-F 20080104/080102225139 (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.