Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
MODIFICATION

R -- Enterprise Program Management Support Services - Amendment 2

Notice Date
6/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
HHSPSC23320095601WI
 
Archive Date
7/21/2009
 
Point of Contact
Chris L. Atkins, Phone: 3014438275
 
E-Mail Address
chris.atkins@hhs.gov
(chris.atkins@hhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Amendment 0002 This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulations (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Proposal (RFP), number HHSPSC23320095601WI. The Government anticipates an award of a single performance-based Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with subsequent task orders to be issued as a result of this action. This requirement is 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The applicable NAICS is 541611. The applicable size standard is $7M. The contract award is anticipated to occur no later than August 15, 2009, and the first task order is anticipated to be issued the same day. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. The Solicitation includes the following Attachments: Attachment A: Overarching Performance Work Statement Attachment B: Price Schedule Attachment C: HHS Specific Clauses Attachment D: Labor Category Descriptions Attachment E: Past Performance Survey Attachment F: Contractor Oversight Guide The Contracting Officer has determined that the services provided under this contract are to be furnished by persons employed in a bona fide professional capacity and not through the use of Service Employees; therefore, FAR 52.222-41 Service Contract Act of 1965 is not applicable. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items including addendum for proposal submission, format, and content; 52.212-2 – Evaluation-Commercial Items including the following addendum Evaluation Criteria. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Note: Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. 52.212-4 Contract Terms and Conditions-Commercial Items including addenda 52.217-8 Option to Extend Services, Note: The Contracting Officer may exercise the option by written notice to the Contractor within 30 days; 52.217-9 Option to Extend the Term of the Contract, Note: The Government will provide written notice of its intent to extend at least 60 days before the contract expires, and total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Within FAR 52.212-5, the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.219-8, Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.204-7 Central Contractor Registration is incorporated by reference. Addendum to 52.212-1 Instructions to Offerors -Commercial Items All questions must be in writing and received by the Program Support Center/SAS Contracting Office no later than 3:00 PM Eastern Time on June 17, 2009. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined Synopsis/Solicitation on the FedBizOpps website (www.fedbizopps.gov). Questions must be addressed to the Contracting Officer at the following e-mail address: chris.atkins@hhs.gov. I. Proposal Submission Requirements: A. Proposals shall also include the following information: 1. RFP number. 2. Time specified for receipt of offers. 3. Name, address, and telephone number of offeror. 4. Price for each line item in the requirement and any discount terms. 5. Delivery timeframe. 6. A completed copy of the representations and certifications at FAR 52.212-3. 7. Prospective contractors must be registered in the Central Contractor Registration database. Information regarding CCR requirements may be obtained at www.ccr.gov. 8. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 9. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. B. Proposals shall be submitted in two separate volumes, a technical proposal volume and a price proposal volume via electronic transmission and must be received no later than 3:00 PM Eastern Time on June 26, 2009 to the attention of: Chris Atkins Contracting Officer Program Support Center/SAS Via electronic transmission to chris.atkins@hhs.gov Offers that fail to furnish the required information and representations, or those who reject the terms and conditions of the solicitation may be excluded from consideration. II. Proposal Format: The submission shall be clearly indexed and logically assembled and include a Table of Contents. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered. The following additional restrictions apply: Each paragraph shall be separated by at least one blank line. A standard, 11-point minimum font size applies. Times New Roman font is required. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Proposal page limits are as follows: a.Technical Proposal – 60 pages maximum b.Price Proposal – no page limit The page limits are applicable to graphs, tables, drawings and any other attachments submitted with the proposals not specifically excluded below. The following is not included in the page limit: a.Index/Table of Contents b.Resumes (2 page limit) c.Past Performance Surveys Pages that exceed the page limits above will be deleted and will not be evaluated. III. Proposal Content: 1. Technical Volume (Sections A through E) Total Page Limitation: 60 Pages a. Executive Summary: The offeror shall submit an Executive Summary that provides the Government with an understanding of the firm and team responding to the Solicitation, an overview of the offeror’s organization (to include team composition, if applicable), the offeror’s proposed management controls to track each Order status and hours/price accruals, and the offeror’s approach to resolve conflicts as they arise. b. Technical Capability: Offerors shall submit a technical proposal that addresses the Performance Work Statement (PWS). Offerors must demonstrate their capabilities to support each Task Area of the PWS. The response shall include any assumptions, as well as a discussion of any perceived risks and your approach to mitigate the risks. c. Management Approach: Offers shall submit a Management Plan and Approach to direct and control of all aspects of performance, schedule, and cost and ensure that outcomes and deliverables are consistent with the Government objectives. The Offeror’s Plan should also monitor and control the myriad of concurrent and interdependent activities that will take place during the life of the contract. The Offeror shall provide the resumes of key personnel to include the date the proposed personnel will be available to support the contract, as well as their qualifications to satisfy the requirements, clearly demonstrating how the personnel proposed will ensure successful accomplishment of the contract and stated requirements. Letters of commitment are required of all key personnel not currently on staff. The letter of commitment must be directed to supporting this program and must be signed by the individual and a corporate authorized official. The offeror shall provide a notional staffing plan that identifies the offeror’s approach for appropriately staffing Task Area 5.1 (EPMO Support) to meet the requirements stated in the PWS. d. Corporate Capability: The offeror shall provide a general overview of the corporation including, for example: products and services offered, organizational structure, customers (commercial, state, and federal), business objectives and corporate vision. Describe that portion of the company (e.g., percent revenue, percent of employees, etc.) that provides IT products and services in general and IT managed services in particular. e. Past Performance: The offeror shall have 3 completed Past Performance surveys (Attachment C) submitted via e-mail to the Contracting Officer. The Offeror shall provide the names and addresses of each of the 3 evaluators to which the request were sent. Offeror may provide a general overview of each of the 3 contracts and the services performed. Past Performance surveys shall be received by the submission date of proposals. Past Performance surveys shall be emailed by the evaluator to the attention of the following: Chris Atkins Email: chris.atkins@hhs.gov 2. Price Volume (Sections A though C): No Page Limitations a. The Price Matrix - The Offeror shall propose fully burdened/loaded labor rates for all labor categories and option periods listed in the Price Schedule (Attachment B). Offerors must provide a separate detailed break out of their pricing model and the unit costs used to derive their pricing. The Pricing Matrix shall include a crosswalk of the offeror’s labor categories with those of the RFP Price Schedule. (No Page Limitation) c. Financial Capability - In order to demonstrate financial responsibility, an Offeror must provide its latest Dun & Bradstreet rating or equivalent. d. Representations and Certifications - Offerors Completed Representations and Certifications FAR 52.212-3 to include Tax Identification Number (TIN). (No Page Limitation) III. Evaluation Criteria: Addendum to FAR 52.212-2 Evaluation—Commercial Items (Jan 1999) The Factors are listed in descending order of importance. Within each Factor, the Sub-factors are approximately equal in importance. Offerors shall note that the evaluation Factors and Sub-factors are closely correlated to the proposal content. Factor 1: Technical Expertise - The extent to which the Offeror’s proposal highlights their technical capabilities required to successfully complete the requirements in the PWS. The offeror shall ensure that their proposal identifies how their capabilities map to the overall needs of the ITO and the PWS. The proposal shall identify the offeror’s current service offerings, as well as how they intend to ensure continued innovative and evolving high quality service offerings over time. a.Demonstrated understanding of the work to be performed, and the ability to perform the work under the contract in a timely manner. b.Technical approach that adequately addresses all aspects of the work and inherent complexities, as well as compliance with the contract terms (quality control, security, etc.). c.Performance Requirement Summary (PRS) - relationship of incentive structure to desired outcomes including incentive amounts. Factor 2: Management Plan - The extent to which the Offeror’s proposal presents a management approach that is streamlined, efficient, and capable of proactively identifying, communicating, and resolving issues associated with this contract and task orders. The Offeror’s proposal will be evaluated on how well it demonstrates that assigned Contractor personnel will have the ability to resolve issues in a timely manner and successfully complete the requirements on schedule, within budget and within acceptable quality levels. a.Qualifications/Staffing – the technical strength and industry expertise of the resources presented by an Offeror, and its ability to deliver quality staff over the life of the contract with the required certifications, provide qualifications/staffing capabilities to implement, operate, maintain and upgrade (as necessary) the services, and ability to turnaround staff quickly and efficiently. b.Quality control – degree to which your approach meets or exceeds our quality control expectations as specified in the RFP, including the provision of a quality assurance approach and plan. c.Key Personnel and Resumes: Contractor’s key personnel and resources they will use to accomplish the contract requirements and tasks. Factor 3: Corporate Capabilities - This factor will be evaluated based on your ability to provide the full range of services specified in the PWS. Corporate long-term viability and track record of conducting business in a legal and ethical manner will be considered. This will include evaluation of the: a.Background and Experience: qualifications, background, corporate experiences and knowledge in the task areas identified in the PWS which demonstrates the ability to successfully accomplish the work required by the contract. b.Corporate commitment to a successful ITO contract and program. Factor 4: Past Performance - The extent to which the Offeror’s past performance grades and scores reflect a history of effectively and efficiently meeting the requirements similar to those outlined in the RFP. The past performance evaluation will consider the number and severity of problems, the effectiveness of any corrective actions taken, and the offeror's overall performance record. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance. a.Similarity of work performed in relation to the requirements of this contract and its complexity; b.Quality of performance delivered; c.Timeliness; and d.Overall customer satisfaction. Factor 5: Price - The Government will evaluate price proposals, not only to determine whether the price is fair and reasonable, but also to determine an Offeror’s understanding of the PWS and ability to meet the objectives and scope. Price, while less important than the factors mentioned above, will become more critical as technical scores approach equality. Basis of Award An award will be made to the responsible offeror whose proposal provides the best value to the Government. When combined, all evaluation factors other than price will be considered significantly more important than price. If there are no significant technical differences among offerors and they are determined “technically equal”, price will be the determining factor for selection. The Government will evaluate offers for award purposes by adding the total price of the base period and all options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). We reserve the right to award the contract to other than the lowest priced offeror if, in our judgment, the technical superiority of their offer outweighs any price difference. We also reserve the right to award the contract to other than the offeror with the highest ranked technical proposal if, in our judgment, the potential price savings offset a difference in technical qualifications. Additionally, we may: (1)Reject any and all offers; (2)Accept other than the lowest priced proposal; and (3)Waive information and minor irregularities in offers received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/HHSPSC23320095601WI/listing.html)
 
Place of Performance
Address: Department of Health and Human Services, Information Technology Office, Switzer Building, 330 C. St. SW, Washington, District of Columbia, 20201, United States
Zip Code: 20201
 
Record
SN01857834-W 20090628/090626235502-1dd926604e7807adc1ceee0ecd046612 (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.