Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
MODIFICATION

U -- Grammar and Scientific Writing Training

Notice Date
7/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
09-223-SOL-00159
 
Archive Date
8/4/2009
 
Point of Contact
Natalie Mitchell, Phone: 3018279606, Gina Jackson, Phone: 301-827-7181
 
E-Mail Address
natalie.mitchell@fda.hhs.gov, gina.jackson@fda.hhs.gov
(natalie.mitchell@fda.hhs.gov, gina.jackson@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Grammar and Scientific Writing This is a combined synopsis/solicitation to negotiate a Firm Fixed-Price type contract to provide English grammar and scientific writing to clinical pharmacology and biostatistics professional's. Participants enrolled in the training classes, in all cases with English as a second language, have advanced degrees in medicine and science (M.D. and Ph.D.) with a goal of understanding how to write more effectively. Solicitation 09-223-SOL-00159 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is a solicitation for Professional Development training. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-30. NAICS Code 611430 and the small business size standard is $7.0 million. This solicitation is a total set-aside for small business. The Period of Performance for this requirement is : August 4, 2009 through October 8, 2009. STATEMENT OF WORK: The plan for the Office of Translational Services (OTS) is to have a total of 8 (8-hour) classroom courses delivered by October 30, 2009 at 10903 New Hampshire Ave, Silver Spring, MD. Training is to be administered on the following dates: August 4, 5, 11, and 13 September 29, 30 and October 6, 8, 2009. All courses will be conducted during normal business hours 8AM to 5PM. •a. Provide copies of customized course materials for each student; course size shall not exceed 14 students per course. •b. The contractor shall provide one instructor for each course with established experience in teaching and researching the material in this contract. •c. The cost of delivery includes providing customized course materials to each student and travel related expenses for the instructor per course. •d. The contractor shall deliver course objectives, exercises, handouts, assessments and certificates within FDA guidelines. The contractor with input from Project Officer shall develop a mechanism to obtain and assess course evaluations. The contractor shall be responsible for making travel reservations and funding all travel related costs for their course instructor for each classroom training course. Training #1 - Practical Grammar Review Course must be designed as a two day workshop for individuals who wish to review English grammar, parts of speech, sentence structure, and punctuation. Course objectives: •· Help students improve their ability to indentify and use parts of speech correctly, write complete, clear sentences, avoid common sentence faults, use punctuation marks correctly, and recognize common punctuation errors. •· Provide insight on how to produce a successful abstract, introduction, body and conclusion. Proposed class schedule: August 4-5, 2009 and September 29-30, 2009 from 8AM to 5PM. Training #2 - Scientific Writing Course must be designed as an interactive two day workshop that teaches scientists proven techniques for writing internal and external documents. Course objectives: •· Teach students techniques to produce better reports, guidance, reviews, letters and journal articles in less time. •· Help students learn how to write as an expert to fellow experts and to general audiences. •· Improve student's ability to analyze the audience to determine content and appropriate level of detail and language, organize points and supporting data, write the draft efficiently, revise content and organization systematically, use verbal and visual coherence techniques, edit systematically for clarity, economy, and readability, edit systematically for word choice, punctuation, and visual mechanics. •· Assist students in keeping their message short and simple, write persuasively, choose the best tone, use correct work choice, grammar and punctuation, and also develop models for letters, memos, reports, and other business formats. Proposed class schedule: August 11 and 13, 2009 and October 6 and 8, 2009 from 8AM to 5PM. EVALUATION CRITERIA FOR COMPETITIVE PROPOSALS This evaluation shall be based upon the completeness and thoroughness of the proposal submitted. The Offeror should demonstrate that the objectives stated in the proposal are understood and offer a logical program for their achievement. The technical proposal shall contain an original and six (6) copies (CD duplicates) and in addition a copy shall be submitted electronically via e-mail to the Contracting Officer. The technical proposal described below shall be limited to 12 pages not including resumes or bibliographies, with no less than an 11 point font, with the majority of the text double-spaced. Brief biographical sketches of personnel may be provided and are not included in the 12 page limit. The Offeror's proposal should present sufficient information to reflect a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of work. Technical proposals shall not merely paraphrase the requirements of the Agency's scope of work or parts thereof, or use of phrases such as "will comply" or "standard techniques will be employed." The technical proposal must include a detailed description of the techniques and procedures to be used in achieving the proposed end results in compliance with the requirements of the Agency's scope of work. Evaluation Factors In determining which offer represents the best value (i.e., labor hours, special features, administrative costs) to meet the Government's needs, the Government shall evaluate responses using the following evaluation criteria that are listed in descending order of priority: Factor 1: Understanding the Requirements & Technical Approach (Max. score = 40) Factor 2: Qualifications and Availability of Proposed Personnel (Max. score = 30 Factor 3: Past Performance (Max. score = 30) Factor 1: Understanding the Requirements and Technical Approach The proposal must demonstrate a thorough understanding of the requirements of the Statement of Work and describe an approach which will demonstrate the achievement of timely and acceptable performance as described in the Statement of Work and the Specifications therein. The proposal shall present a comprehensive statement of the problem, scope, and purpose of the project to demonstrate an understanding of the requirements from a management and technical standpoint. Detailed plan of work, complete with quality control and detailed time line. Proposal will be evaluated on the following: •a. Understanding of the purpose and scope of work to be accomplished such as experience conducting workshop in a wide array for Federal agencies. •b. Methodology to accomplish the objectives of the given task. Offeror's must include (a) a proposed course syllabus, (b) a detailed course outline with student learning outcomes (or learning objectives) listed for each major section, and (c) examples of workshop modules, case studies, and readings that would be used to facilitate student learning. •c. Adequacy of strategies for coordination, interaction, and communication with the Government Project Manager to ensure that the course developed meets the training needs of FDA personnel and is accomplished in a timely and efficient manner. •d. Experience in working with non-Native Speakers and in using guidelines from the International Phonetic Alphabet (IPA). Factor 2: Qualifications and Availability of Proposed Personnel Offeror's must demonstrate evidence of the qualifications, experience, and availability of professional and technical personnel comprising the necessary project staff to meet the course dates and associated deadlines listed. Personnel proposed to be assigned and available for work under the project shall be evaluated on their demonstrated, documented, and relevant expertise, education, availability, and experience. Supporting documentation about the experience, training, and education (e.g., resumes) of proposed personnel must be provided. Factor 3: Past Performance The government is seeking to determine whether the offeror's have consistently demonstrated a commitment to customer satisfaction and timely delivery of high quality products and services. a. Offeror's shall submit a list and description of the last 3 contracts (minimum of $25,000 each) completed during the past three years. Offeror's shall be evaluated on (1) record of conforming to specifications and to standards of good workmanship; (2) adherence to contract schedules, including the administrative aspects of performance; and (3) reputation for reasonable and cooperative behavior and commitment to customer satisfaction. b. Offeror's shall furnish documentation of experience in the technical proposal that addresses the experience with similar activities. TASK DELIVERABLES AND MILESTONES The contractor will provide expertise as required throughout the term of the contract and will advise, facilitate and assist in a) tracking training sessions, b) ensuring instructors' participation in training sessions, and c) providing instructor evaluations. Item # Deliverable Date Due 1 Meet with designated OTS staff to plan training sessions and identify needed course materials. FDA must review and approve all course materials In advance of each course 2 Deliver 10 classroom courses in Silver Spring, MD. By October 30, 2009 GOVERNMENT FURNISHED PROPERTY The government will provide classroom space, flip chart paper, stands, markers, and hardware with the specified constraints to be used by the contractor to perform work required by this contract. The contractor personnel shall comply with FDA regulations relating to the use of government equipment. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Any offer that does not meet the RFP requirements shall be rejected. The following provisions and clauses shall apply to this RFP: FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(s): http://www.arnet.gov/far (FAR); Vendor may complete and reference the following commercial clauses at the ORCA web site: https://orca.bpn.gov/: FAR 52.212-3 Offeror Representations and Certification-Commercial Items. (Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with his/her proposal); FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(15) thru (22), Service of Protest (Sep 2006). Proposals shall include all information required in FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3. Interested sources shall submit all price, descriptive literature and technical proposals, to Michelle Street, (Contract Specialist), email: Natalie.Mitchell@fda.hhs.gov, or alternate Gina Jackson (Contracting Officer), email: Gina.Jackson@fda.hhs.gov. Mail proposal to: Food and Drug Administration, ATTN: Michelle Street, 5630 Fishers Lane, FHA-500, Room 2129, Rockville, MD 20857. Please indicate the solicitation number on the outside of your package. Any incomplete responses or responses received after the closing will not be accepted. F axed copies of proposal package will not be accepted. The coversheet to the proposal shall have the offeror's information. The price and technical proposal shall only have the solicitation number. The offeror's information SHALL NOT appear anywhere on or in the price or technical proposal. Closing date for receipt of proposals is July 17, 2009 at 2:00P.M. EST. Questions pertaining to the solicitation may be submitted via email only. Please include the solicitation number on all correspondences. Phone calls will not be accepted. All questions must be in writing and must be received by July 9, 2009. A consolidated question and answer (Q&A) will be posted on website http://www.fbo.gov on or around July 13, 2009. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a federal contract. For information regarding registration, contact the CCR website at www.ccr.gov. The FAR requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR database. These Annual Representations and Certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN). To register in ORCA, you need to have an active Central Contractor Registration (CCR) record, a Marketing Partner Identification Number (MPIN) and your CCR records, and know your DUNS number. Detailed information regarding ORCA and how to submit records is available on the ORCA website at http://orca.bpn.gov under Help and FAQs. Contracting Office Address: 5630 Fishers Lane, FHA-500, Room 2129 Rockville, MD 20857-0001 Period of Performance: August 4, 2009 through October 8, 2009
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/09-223-SOL-00159/listing.html)
 
Place of Performance
Address: FDA Headquarters, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN01874144-W 20090716/090714235242-1a5f6a1a9d0cc6b22caac61b78599f54 (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.