Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
MODIFICATION

R -- Administrative Support

Notice Date
3/12/2010
 
Notice Type
Modification/Amendment
 
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
RFQ171775
 
Point of Contact
Andrea L. McGee, Phone: 3015945918
 
E-Mail Address
andrea.mcgee@nih.gov
(andrea.mcgee@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 supplemental 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. The solicitation number for this acquisition is RFQ171775 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541611. SCOPE Under this task order, the contractor will independently provide support services to the National Institutes of Health (NIH) Clinical Center (CC). The primary objective is to provide contractor services and deliverables through performance of administrative support services. INTENT/GOALS The NIH CC has entered into a collaborative project with the Office of Human Resource Management (OHRM) to improve the recruitment process. Recognizing each organizational component has important contributions to improve the recruitment process, the NIH CC and OHRM have mutually decided to seek assistance to bridge effective communication and identify and implement process improvements. The goals are to: •Foster a collaborative relationship between HR specialists, managers and AOs in order to identify and eliminate obstacles to create a streamlined recruitment process •Identify and provide necessary training for Administrative Officers and/or Human Resource specialists •Increase management’s knowledge of available recruitment tools and incentives/benefits to attract highly qualified candidates •Develop an effective internal tracking system for recruitment actions Mission: The NIH CC is part of the NIH’s intramural science research program. The NIH is the medical research agency of the United States (U.S.) Government. It is part of the U.S. Department of Health and Human Services. TASKS/SERVICES The contractor shall: •Serve as a liaison between human resource (HR) specialists, administrative officers (AOs), and managers in all phases of the recruitment process; •Work with HR specialists, AOs and managers to ensure that there is a shared understanding of competencies and skills required for the position; •Ensure that the hiring manager’s qualification requirements for the position are accurately captured by the job-related questions, skills and competencies identified in the vacancy announcement; •Collaborate with the HR specialist to utilize recruitment strategies including sharing certificates of eligible candidates and job-related questions and competencies with other NIH Institutes/Centers; •Assist in educating managers on the available recruitment tools for difficult to fill and highly skilled positions such as targeted advertising and offering recruitment incentives and/or benefits; •Track all phases of recruitment in a proactive manner to minimize delay and resolve obstacles in order to establish and maintain a streamlined recruitment process. CERTIFICATIONS, LICENSE, PHYSICAL REQUIREMENTS OR OTHER EXPERTISE REQUIRED. The contractor must have: • Knowledge of, and skill in applying methods, principles and practices in accordance with the established HHS procedures and practices of the HR field. •Knowledge of, and skill in applying the various pay authorities in use, including Title 5, Title 38 and Title 42. Ability to work collaboratively and think strategically to achieve stated objectives •Ability to communicate effectively with managers, HR specialists, AOs as well as professional organizations and job candidates by phone and in person •Proficiency in Microsoft Word, Word Perfect, Outlook, PowerPoint, and Excel •Ability to use any computer program controlled from a web browser. •Travel as necessary between various NIH offices located both on and off campus •General physical requirements in an office setting The work is sedentary and may require walking to and from other NIH offices to conduct HR work. •Excellent writing/communication skills DELIVERABLES •Assist in the development and maintain an effective internal tracking system for recruitment actions •Build and maintain contacts/resources within and outside NIH in order to enhance NIH CC recruitment process and attract highly skilled candidates •Complete projects by established deadlines •Arrive on time and attend meetings as scheduled Period of Performance •April 1, 2010 to September 30, 2010 Evaluations Proposals for this procurement will be evaluated on the basis of technical merit, past performance, and cost. The government reserves the right to make an award to a higher priced, technically superior proposal if it is in the government’s best interest to do so. Evaluation FactorsWeight (100 possible points) 1. Understanding the Objective30 points The offeror’s proposal shall furnish a defined plan of operation to execute the requirements of the scope of work and achieve the objectives of the project. Specifically describe how the offeror proposes to accomplish the key tasks as outlined in the Statement of Work. 2.Qualifications, Availability and Training of Proposed Personnel 40 points •The offer shall submit a detailed staffing plan, to include a listing of personnel, stating their roles and responsibilities. The plan should also include resumes indicating the qualifications and extent of knowledge and skill in applying methods, principles and practices in accordance with the established HHS procedures and practices of the Human Resources field, to include the various pay authorities in use, including Title 5, Title 38 and Title 42. The offeror should provide confirmation of the availability of their staff to provide service during the period of performance indicated on the statement of work. 3.Past Performance 20 points Offeror shall submit a list of references and contracts completed during the past three years and a list of all contracts currently in process. Past Performance will be evaluated from a business and technical standpoint to determine the relative merits of the proposal. The performance of the offeror on earlier work for the Government or the private sector will be a very significant indicator of how well the offeror can be expected to perform the required services. The information presented by the offeror together will that available from sources within the Government will provide the information for this portion of the technical evaluation. 4.Price 10 points An overall rating of each proposal meeting the minimum requirements will be developed using the weighted combination of technical and price proposals. Price proposal will be considered on the basis of total price. The business proposals will be evaluated to determine the reasonableness of the proposed price and the responsibility of the offeror. The lowest total evaluated price will be assigned 10 points. Points for all other offers will be calculated as follows: Lowest Total Evaluated Price x10 points = Number of Points to be Assigned Offeror’s Total Evaluated Price 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 6 months with option to renew an additional one-year period. 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 based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than _3/24/2010 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. 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 based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _4/1/2010. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, _3/19/2010. Collect calls will not be accepted. No Phone Calls Please. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-03-09 16:06:04">Mar 09, 2010 4:06 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-03-12 09:10:17">Mar 12, 2010 9:10 am Track Changes Classification Code was incorrect on initial solicitati THE SOLICITATION HAS BEEN AMENDED TO INCLUDE AN OPTION AND THE LEVEL OF EFFORT. THE FOLLOWING PROVISIONS AND CLAUSES APPLIED HAS BEEN MODIFIED TO INCLUDE FAR CLAUSE 52.217-9. PERIOD OF PERFORMANCE •Base Period: April 1, 2010 to September 30, 2010 •Optional Period: Extend up to an additional one year period ESTIMATED WORK EFFORT •The scope of work is estimated to require approximately 20 hours/week of effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ171775/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02091668-W 20100314/100313000348-eb8ae3fbe0fe5ff59a6b3293da95d8bd (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.