Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2008 FBO #2592
SOLICITATION NOTICE

R -- Senior Budget Analyst Support Services

Notice Date
12/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting 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, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ-CC-153427
 
Response Due
1/9/2009 2:00:00 PM
 
Archive Date
1/24/2009
 
Point of Contact
Deborah C Britton, Phone: (301) 594-5914
 
E-Mail Address
dbritton@cc.nih.gov
 
Small Business Set-Aside
N/A
 
Description
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 a supplemental with additional information included in this notice. The solicitation number for this acquisition is CC-153427 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-29. The National Institutes of Health, Office of Financial Resource Management (OFRM) requires support services for a Senior Budget Analyst to provide on-going support to the OFRM for routine and special projects. The National Institutes of Health Clinical Center intends to sole source with Mr. William Phillips 3803 Mount Airy Drive; Mount Airy, MD. 21771 for the Senior Budget Analyst Support Services under the authority of FAR 6.302. The associated North American Industry Classification System (NAICS) code is 541611. The contractor shall be responsible for providing on-going support which consists of CC budget formulation, execution and presentation training and guidance of the Clinical Center’s budget during the transition to support staff. The NIH/CC Office of Financial Resource Management (OFRM) is responsible for the management of all CC 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 Office of Financial Resource Management 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 and implementation of policy and procedure, and accurate and timely financial reporting. SPECIFIC REQUIREMENTS Duties include, but may not be limited to the following: •Conduct and train new employee(s) on the following: oBudget development and execution process oDevelopment and maintenance of electronic tracking system for reporting of daily/monthly/annual reporting on human and financial resources Resources oCreation and modification of Resource databases oDevelop budget models for projecting various outcomes based on input of different budget scenarios oDevelop and conduct special analyses in response to ad hoc requests oPolicy and HHS/NIH/CC policy and guidance oBudget Organization Structure maintenance oTerminology •Assist with technology modernization for financial programs •Serve as backup and assist other analysts in OFRM in executing assigned projects and while providing direct support for financial transactions. •Perform other related duties as assigned. •Serve as Subject Matter Expert, providing guidance to Budget Officer and Administrative personnel on related material QUALIFICATIONS The contractor shall have the required knowledge of the hospital facility programs, contracts and budget mechanisms. The contractor will have prior experience working with the National Institutes of Health NBS system and many of the other NIH databases i.e. Data Warehouse, NVision, and miscellaneous Human Resource databases. The contractor will have experience working in a research hospital environment. Qualifications are also needed for the contractor to possess the knowledge of NIH Central Service Budget management practices and requirements and Clinical Center guidance and policies required to train and mentor new and junior budget staff. The contractor shall provide services Monday through Friday during normal business hours and shall not exceed 48 hours through a biweekly period. The place of performance shall be at the Bethesda office site and/or at the employee’s place of residence as determined by Project Officer. The contractor shall provide service under the Deputy Chief Financial Officer, Clinical Center or his designee. Performance is reviewed for compliance with established departmental outcomes, to the department in achieving desired goals. The Government shall provide to the contractor informational guidance which includes Departmental, Clinical Center, NIH, Federal Policies and References as well as standards of practice set forth by the JCAHO, OSHA and the National Institute for Occupational Safety and Health. Interpretation and adaptations of the guidelines to specific problems are frequently required. The Contractor also assists other staff members with problems that arise. All contacts which shall be associated with the contractor are health care professionals and other administrative staff within the immediate work environment. The incumbent also interacts with other administrative and healthcare professionals throughout the Clinical Center, other Institutes, other Federal agencies and representatives from private industry. Contacts with other hospital personnel are for the purpose of planning, education, evaluation of service and performance improvement activities. PERFORMANCE MEASUREMENTS Evaluations of the Contractor's performance will be conducted quarterly throughout the contract period of performance. Performance will be measured against those standards set forth in the Statement of Work. Formal performance reviews will be conducted annually in accordance with procedures set forth in the NIH Contractor Performance System. LOCATION OF CONTRACT ACTIVITIES Contractor will be required to provide services on the NIH Democracy Plaza (Democracy 2) in Bethesda, MD and at the contractor’s place of residence if warranted. PERIOD OF PERFORMANCE The period of performance for this contract shall commence on January 12, 2009 through January 11, 2010. The anticipated award shall be the Base 12-month with 2 successive options for the contract period. PERSONNEL SECURITY RESPONSIBILITIES: The contractor shall adhere to the Security and Privacy information of all systems data that shall be a part of the Government’s requirement under these services. Any employee shall meet the minimum security that shall include the name, position title, email address, and phone number for the contractor performing under this acquisition. If the employee is filling a new position, provide a description of the position and the Government shall determine the appropriate security level. The evaluation will be based on the technical and cost. The technical factors are of paramount consideration however, cost is also important to the overall award decision. The offeror is advised that the award will be made based on the best overall value to the Government. The contractor’s proposal will be evaluated on the following technical criteria. These criteria are listed in order of relative importance: 1.Understanding the Objective/Technical Support Approach •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 outlines in the Statement 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 individual 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 should focus on the offeror’s prior experience in providing hospital financial and management assessments, activity based costing, etc. support. The proposal shall include sufficient information to demonstrate previous effectiveness in similar work. •Prior experience at the NIH, with the federal government, or with analogously structured organizations with multiple information system stakeholders is very beneficial. 4.Price •The government will evaluate the total price contained in the offeror’s proposal. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions – Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. 52-217-9 Option to Extend the Term of the Contract; This purchase order shall be for a basic contract period of 12 months with option to renew four additional one-year periods. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation 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’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the 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 (www.ccr.gov). The Government intends to make a single award to the offeror based on overall based value technical and cost consideration. Offerors may identify in writing their interest and capability in response to this requirement or submit a proposal, but this notice of intent does not constitute a request for competitive proposals. The anticipated award date for this requirement shall be on or about January 12, 2009. The submission of Request for Quote information must be submitted no later than January 9, 2009 @ 2:00pm local time. The Request for Quote to include Technical and Cost shall be submitted either via electronically to dbritton@cc.nih.gov or mailed to National Institutes of Health, Attn: Deborah Britton; Office of Purchasing and Contracts; 6707 Democracy Blvd; Suite 106; Bethesda, Maryland 20892. The packaging of the Request for Quote submission must include on both the Technical and Cost information the identification of the offeror's agency and the Request for Quote no. Original and 2 copies are requested for the Request for Quote submission. Requests for information concerning this requirement are to be addressed to Ms. Deborah Britton. Collect calls will not be accepted. All questions should be emailed only to dbritton@.cc.nih.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=75d0300349d13b6c7554a0f2c9c5e498&tab=core&_cview=1)
 
Place of Performance
Address: Democracy 2, 6707 Democracy Blvd., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01724747-W 20081231/081229214133-75d0300349d13b6c7554a0f2c9c5e498 (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  © 1994-2020, Loren Data Corp.