Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SPECIAL NOTICE

99 -- Planning Evaluation, Analysis, and Guidance For US Army Heallth Facilities Planning Agency Programs

Notice Date
3/20/2009
 
Notice Type
Special Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-09-R-0047
 
Archive Date
6/18/2009
 
Point of Contact
Elizabeth Sanders, 251-441-6510<br />
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION OF WORK: This is a notice of sole source intent to enter into a contract for PLANNING, EVALUATION, ANALYSIS, AND GUIDANCE FOR US ARMY HEALTH FACILITIES PLANNING AGENCY PROGRAMS. The Mobile District, U.S. Army Corps of Engineers intends to negotiate and award an Indefinite Delivery / Indefinite Quantity type Task Order Contract with Noblis, Inc., McLean, VA, as a nonprofit, conflict-of-interest free source, who does not compete for design or construction projects for private or government entities, and who has a high degree of expertise in the military medical and medical/biosafety laboratory fields to provide support for strategic planning, program policy analysis, and decision-making support for the US Army Health Facilities Planning Agency For further information, contact Jacalyn Jenkins 251-441-5598. The NAIC CODE FOR THIS PROCUREMENT IS 541618. The following types of services are required: detailed market analysis and healthcare planning; economic analysis for capital improvement decisions; special studies related to changing healthcare requirements; program management support and facilitation, acquisition assistance; and advice to the government with regard to emerging technologies, shifts in practice trends, alternative future scenarios and funding strategies, etc. Respondents must demonstrate a broad capability in the medical and biodefense laboratory fields, including experience in high-level policy making, guidance and regulatory compliance. This procurement will be subject to stringent organizational conflict-of-interest provisions and respondents must demonstrate an absence of such conflicts. That is, the respondent is not engaged in other activities or relationships which would make the respondent unable or potentially unable to render impartial assistance or advice to the Government, or the respondents objectivity in performing the contract work is or might be otherwise impaired, or the respondent has an unfair competitive advantage. The Health Facilities Planning Agency (HFPA) is responsible for the planning and execution of facility-related investments for hospitals, clinics, research and other medically-related facilities world-wide. HFPA is seeking support with its initiatives to: assess planning and capital requirements for Medical Treatment Facility (MTF) installations in selected markets and multi- markets; recapitalize the existing Army medical care delivery, medical research, and biodefense laboratory inventory; shape and improve facilities in order to respond quickly and efficiently to the ever-changing face of Army and Military Health System (MHS) requirements; identify and use alternative business practices to leverage private industry capital in the development of Army facility projects; and, research emerging facility technologies and find opportunities to incorporate these technologies into the Army healthcare facility life cycle management process. The contractor shall assist HFPA in gathering the information needed to acquire, allocate, and manage resources for HFPA military functions. The contractor may be required to assist HFPA in considering and addressing impacts to its program as a result of troops restationing, BRAC announcements, and coordination and interfacing with the Services in multi-service markets. The contractor will assist HFPA in conducting special studies, investigations, or focused analyses on a variety of healthcare related issues and topics. These analyses may involve a focused area of inquiry or may involve assessment of a broad set of topics. Such investigations will feature preparation of a special output document(s) which include policy recommendations and/or actionable items/recommendations that should be pursued and that can be referenced by HFPA. In order to support HFPA in managing its program, the following characteristics will be required of the contractor: "Independent and Objective. To ensure credibility, consistency, and defensibility, the evaluation of contractor performance must be free of any perceived or actual bias, free from conflict of interest, and based on the best possible analysis and expertise. It is imperative that there be no potential for a conflict of interest on the part of the organization providing the required essential technical capability. HFPA must be able to trust this organization with sensitive, government-proprietary information without concern for its misuse. "Access to HFPA Planning, Budgeting, and Acquisition Information. Some activities require extensive access to planning, budgeting, and acquisition information. Given the frequent restructuring of corporate ownership, it is difficult to ensure that the release of sensitive information to a profit-seeking entity is not going to eventually undermine the integrity of current or future procurements. Even if there is no actual harm, the appearance of a conflict of interest could severely handicap HFPAs ability to act. Actual organizational conflict of interest is not eliminated completely by temporary exclusion clauses that attempt to separate conflict-free portions of a company from other parts that could gain a competitive advantage through access to sensitive information, and none of these measures are effective against the appearance of a conflict of interest. "Need for an Impartial Advisor. There are many competing priorities within the HFPA operating entities and the requirement exists to engage an organization that can provide objective assessments and recommendations on both external and internal positions. There is a continuing need to establish an objective resource to help HFPA sort out internal priorities and to represent a credible, independent input to the program management process. This resource must have access to sensitive information and key decision makers, and have the mandate to provide neutral ground where internal priority conflicts can be examined and fairly resolved. "Continuity of Effort. Informed program management decisions require enlightened advice based on broad, in-depth, and enduring knowledge of the HFPA corporate culture and way of doing business. The use of a profit-seeking contractor to provide such continuity would be unwise in this situation because it would be difficult to maintain continuity without giving unfair competitive advantage and inhibiting appropriate free and open competition. To fulfill its responsibilities with the highest level of efficiency and cost effectiveness, HFPA requires the support of an organization that can simultaneously: "Provide a general program management support, which it has successfully applied to other large and complex systems, "Have access, beyond that which is common to the normal contractual relationship, to government and private sector data, including sensitive and proprietary data, and to employees and facilities, and "Operate in the public interest with objectivity and independence and with freedom from any organizational conflict of interest. The support of an experienced, conflict free contractor is particularly important to HFPA when its policy choices and decision making have long range and far reaching implications. This support will be used to accomplish tasks that are integral to the mission and operation of HFPA, but it will not be used to perform inherently governmental functions or when the need can be met as effectively with in house resources or by other contract support gained via competition. The contractor will be used when continuity of effort is critical, when the contractor possesses a unique and essential knowledge base, and/or when it is necessary to have access to sensitive or proprietary information, including strategic planning information. The contractor will also be used when the nature of the work is such that it must be performed by an entity operating in the public interest,without profit motive, with objectivity and independence, and with freedom from organizational conflicts of interest. The resultant contracts performance period will be a one-year base period with 4, one-year options. The maximum contract value for all years will be $10,000,000.00. This office believes that only one source, Noblis, Inc., can provide all of the above required support. If any responsible source other than Noblis, Inc. can fulfill all of the above requirements, written notification and supporting documentation may be submitted in writing to: jacalyn.m.jenkins@usace.army.mil with a copy to cynthia.y.dunham@usace.army.mil, kristie.l.brock@usace.army.mil, and robert.s.mcallister@usace.army.mil U.S. Army Corps of Engineers, Mobile, ATTN: CESAM-CT-C(Jacalyn M. Jenkins), P.O. Box 2288, Mobile, AL 36628-0001 or jacalyn.m.jenkins@.usace.army.mil. To be considered a viable source, documentation must clearly demonstrate: (1) freedom from actual or potential conflict-of-interest (2) extensive knowledge in each of the areas described in the requirements above (3) past history detailing any contracts that your company is currently performing or has completed that would be considered the same as/similar to the type of services described above. Include the contract number, type of contract, dollar value, performance location, contract length, government point of contact and current phone number and (6) positive indication that your firm does not compete or bid for design, construction, or construction management project for private or government entities, and does not perform as a subcontractor for firms who do compete on these projects. If no affirmative written documentation is received within 15 calendar days (03 May 2006) of this synopsis, the Mobile District Corps of Engineers will proceed with negotiations to issue a contract to Noblis, Inc. The Government will not pay for any material provided in response to this synopsis nor return the data provided. The results of this synopsis will be considered to be in effect for a period of six months from the date of publication of this notice. A solicitation is not available.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a5d673c1bade36943d5c9ffd7958008d&tab=core&_cview=1)
 
Record
SN01774185-W 20090322/090320220444-a5d673c1bade36943d5c9ffd7958008d (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.