Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
MODIFICATION

U -- Genetic Counseling Supervision

Notice Date
8/3/2009
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
HHSN1108672KH
 
Archive Date
8/27/2009
 
Point of Contact
Kirtner D Hobson, Phone: 301-443-7979
 
E-Mail Address
hobsonkd@od.nih.gov
(hobsonkd@od.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items under simplified acquisiiton requirements and prepared in accordance with the format in Subpart 12.602, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a total small business set-aside. This solicitation number is HHSN1108672KH and solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. Delivery and acceptance will be at Bethesda, Maryland and Baltimore, Maryland (see Various Place of Performance). The National Institute of Health, National Human Genome Research Institute, (NHGRI), has a requirement for a Teaching Genetic Counseling Supervisor. Genetic Counseling Supervision is taught as an interactive process intended to monitor the quality of client care, improve clinical skills, and facilitate professional and personal growth of the genetic counseling students. The contractor will provide professional supervision to students enrolled in the Genetic Counseling Graduate Program. The sessions will address the students counseling learning objectives and how well their clinical casework is meeting those objectives. The students will be graded on a pass/fail basis that is outlined for them in a supervision consent document. This work will be completed May 31, 2010. Contractor Requirements Professional supervision involves meeting with seven students weekly for one hour throughout the academic year. A typical supervision session will include an oral case presentation by the student supported by audiotape segments of casework highlighting issues related to learning contract goals. The contractor will also review brief written case notes. Students have the opportunity to ask questions, explore alternative interventions, discuss/discover counter-transference themes, address ethical concerns, and receive feedback and suggestions on their therapeutic interventions. Formal evaluations of the student’s clinical casework will be conducted at the end of each term. Evaluation criteria will be based on self-assessment through oral and written case reports, discussion of at least three audiotaped segments of counseling sessions (or role plays) each quarter, exploration of two partial case transcripts each quarter, and the degree to which the student accomplishes the goals set forth in the learning contract. Students can expect potential benefits of supervision to include improvement of their counseling conceptualization and intervention skills and an increased sense of professional identity. In addition to a grade (P/F) students will receive a complete supervision summary at the end of the year that outlines their work and accomplishments. The course is taught over four 8-week (for a total of 32 weeks) terms extending over the academic year from 8/21/09-5/31/10. Additionally, the contractor will teach a concurrent Self-Awareness course as part of the supervision requirements of the Genetic Counseling Program. The course will consist of 4 sessions to take place in the first term, between 08/21/09 to 10/21/09. Government Responsibilities NHGRI will supply the meeting rooms for supervision to occur either on the JHU campus or the NIH campus of the program. The Program Director will review student progress with the instructor on a quarterly basis or more frequently if students are encountering difficulties. The Program Director will submit the grades from the contractor-taught course. Period of Performance: August 21, 2009 to May 31, 2010. Reporting Requirements and Deliverables Supervision reports will be verbally summarized for The Program Director at the end of each term. The contractor will keep supervision notes throughout the academic year to be used to compile the written summary at the end of the academic year. A pass or fail grade will be given to the Director by e-mail correspondence at the end of each term. Program Management and Control Requirements: N/A Inspection and Acceptance Requirements Since services will be delivered on the JHU School of Public Health campus or the NIH campus used by the Genetic Counseling Program, inspection of the site and circumstances will take place at one of these locations. The site will be inspected for a comfortable setting for the student to present her casework and sufficient room for the contractor to be able to take notes and listen to audiotapes in a confidential manner. The Program Director will inspect the setting and accept the site according to this criteria. The format for the written supervision summary will be shared with the contractor and will be required as a final document completing the four term course series. Verbal summaries at the end of each quarter on individual student progress will be required. Cost Basis 32 weeks of hourly supervision for 5 students 16 weeks of hourly supervision for 2 students (to graduate in January 2010) 4-session series (2 hours each) of Self-Awareness Training Past Performance Criteria: Each Offeror shall provide past performance references for existing and prior contracts of similar size, scope, and complexity. The evaluation of past performance will consist of a qualitative assessment of the Offeror’s demonstrated success in the performance of previous and/or ongoing contracts of similar size, scope, and complexity to the requirement of this solicitation. Evaluation of past performance will be based upon consideration of all relevant facts and circumstances. The Government will evaluate the relevance of the cited past performance reference information to the requirements stated in this solicitation as well as the quality of the Offeror’s past performance and determine each Offeror’s probability of success on the proposed contract based upon this record of past performance. The Government will seek to determine whether an Offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services at fair and reasonable cost/prices. The Government shall make an assessment of the Offeror’s past performance, taking into account (but not limited to) such aspects as: Quality of Past Teaching Experience based on student evaluations, Quality of Past Supervision Experience, both in preparation and student-to-student face time, based on student evaluations and reported hours, Cost Control and Timeliness of Performance. In assessing an Offeror’s past performance, the Government will consider references submitted by the Offeror and may consider information from other sources such as, but not limited to information contained in Government past performance databases. Each reference will be evaluated separately, as described above, and an overall rating will be given to the Offeror. For cited references, the Government will make only 2 attempts to contact a relevant reference for obtaining past performance information. The Offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), the Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, past performance, price and other factors considered; 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The Offeror must include in their quotation the hourly rate, the delivery period after contract award, the prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested parties capable of furnishing the Government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due ten (10) calendar days from the publication date of this synopsis or by August 12, 2009 11:00 am, Eastern Standard Time. The quotation must reference Solicitation number HHSN1108672KH. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, Office Of Logistics and Acquisitions, 6011 Executive Blvd. Room 629C, Bethesda, Maryland 20892, Attention: Kirtner Hobson, Emails ONLY will be accepted at hobsonkd@od.nih.gov. PHONE CALLS AND FAXES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHSN1108672KH/listing.html)
 
Place of Performance
Address: NIH Campus:, 9000 Rockville Pike, Building 31, Room B1E12, Bethesda, MD 20892, and, Johns Hopkins University Campus:, Room 756, Hampton House, 624 N. Broadway, Baltimore, Maryland 21205-1996, United States
Zip Code: 21205-1996
 
Record
SN01897433-W 20090805/090804000101-b2e2bcc71e355ef8999f97d3bf06d269 (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.