Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

R -- Services of Two Program Managers and Two Clinical Research Nurses

Notice Date
5/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH10T0242
 
Response Due
6/1/2010
 
Archive Date
7/31/2010
 
Point of Contact
Dana Herndon, 301-619-7140
 
E-Mail Address
US Army Medical Research Acquisition Activity
(dana.herndon@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The following combined synopsis/solicitation has been revised to: 1) change the NAICS code from 621399 to 541712, 2) to state that there is no incumbent for this opportunity, 3) to indicate a start date of on or about 7 June 2010, and 4) to provide an email address for submitting offers: Dana.Herndon@us.army.mil. No other changes have been made to this announcement. The U. S. Army Medical Research Acquisition Activity (USAMRAA) intends to acquire two (2) Program Managers, two (2) Clinical Research Nurses, and Travel, incidental to their services, for the U.S. Army Institute of Surgical Research (USAISR), Ft. Sam Houston, TX. This solicitation is a 100% set-aside for small businesses. NAICS code is 541712 for this procurement. Contract performance period shall be approximately 7 June 2010 through 6 June 2011 with four (4) 12-month option periods. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 request for quotation (RFQ) and the solicitation document and incorporated provisions and clauses are thus in effect through Federal Acquisition Circular 2005-38. When submitting offers for this requirement cite the control number W81XWH10T0242. The contractor shall provide the following: TWO (2) PROGRAM MANAGERS 1.0 TECHNICAL SPECIFICATIONS: The following technical specifications are provided to demonstrate the task environment in which the services will be delivered. The following specifications are not directives on how the services are to be provided but what traditionally has been required to successfully support the contract/order objective. The contractor is encouraged to exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customer's organizational and departmental objectives. 1.1 Provides Administrative Support 1.1.1 Assists with planning, overseeing, managing, and ensuring all work performed on a research protocol, project or program meets the highest professional standards. Responsible for specific tasks and assists to ensure that project schedules, performance measures are met and products and services are provided in a timely and cost compliant manner. Assists with being a customer liaison. Assists with work standards, resources, preparing and adhering to cost budgets, work schedules, resolving discrepancies, communicating policies, purposes, and goals of the effort to others on the team. May serve as an assistant investigator. 1.1.2 This position will provide administrative support at the research program and project level. The full range of administrative support services (e.g., communications, travel support, printing, graphics, library or publication services, mail, facilities and equipment, transportation, records, forms, reports, space and property management); or assist in the management of a complete program area characterized by its breadth, complexity, scope of coverage and independent execution by the incumbent. 1.1.3 Assist with the coordinating and expediting of the flow of work and materials within the research program. Tasks include assisting with reviewing output, coordination of committee/meeting attendance by subject matter experts, conferring with program managers, directors to determine progress of work and completion dates; and compiling reports on progress of work, Schedules travel for Director, Program Manager, and Contracting Officers Representatives. Arranges and coordinates meetings for the Director and Program Manager, both inside and outside of the Institute. This includes planning, facilities, agendas, travel and transportation. 1.1.4 Assist in recommending changes in overall organization administrative or program policies. Will assist with any procedures and practices necessary for accomplishment of the program mission; program cost, schedule and performance parameters. 1.1.5 Position will involve contact with all levels of personnel within the activity, key executives or representatives of other agencies, higher headquarters, or the private sector and are for the purpose of providing executive level administrative support or program execution. 1.1.6 Coordinates work to ensure smooth operation, proper delivery of services, and effective customer support. Prepare/provide input/present cost, schedule and performance parameters for assigned protocols and projects, oversee preparation of same for assigned staff, investigators and managers, prepare and/or provide input to program reports, Protocol reports/plans, manuscripts, presentations materials, and miscellaneous research reports. 1.1.7 Assist to resolve problems exercising expert judgments 1. 1. 8 Work is evaluated in overall terms for general effectiveness and successful achievement of program goals. 1.1.9 Tracks all incoming progress reports and invoices. Identifies areas of concern and prepares presentation for program manager. 1.1.10 Solves problems and resolves issues to ensure that mission is carried out in the best and most expeditious manner. 1.1.11 Develops working relationships with contracting, budget, logistics, TATRC, USAMRMC, and other pertinent people, groups, or organizations to facilitate group's mission. 2.0 SUGGESTED QUALIFICATIONS AND SKILLS: 2.1 A Bachelors degree. 2.2 An understanding of science, research, and the military acquisition system 2.3 Expert knowledge of personal computer (PC) operations and office automation applications (for example, spreadsheet, word processing, graphics, database management, communication packages). 2.4 Five (5) years of Administrative work. 3.0 ADDITIONAL REQUIREMENTS AND NOTES: 3.1. Two full-time (2) Program Managers (based on 1920 hours per man-year) each will be required. 3.2 Place of work will be ECRC, USAISR, Building 3611, 3400 Rawley Chambers Blvd., Fort Sam Houston and 59th Medical Wing, Wilford Hall Medical Center, Lackland Air Force Base. 3.3 Work will normally be performed during normal duty hours, Monday-Friday, excluding federal holidays, eight hours per day between the hours of 0730 to 1730 with a lunch break ranging from 30 to 60 minutes in duration. 3.4 Contract personnel will report to Building 3611, Room 182-12, for in-processing on their first day of work. They must report with the required security clearance already completed/approved, or they will not be in-processed. 3. 5 Contractor's Employee shall report to the workplace with a Favorable National Agency Check (NAC). 3.6 Contractor shall travel to collect data, present research data, or attend medical/ scientific meetings. Obtaining education in specialized merging methodologies and concepts will be at the discretion of the Director, Enroute Care Research Center, Program Manager, ECRC, and 59th Medical Wing Chief Scientist. Travel must be approved by one of the government representatives above, before the vendor is authorized to travel. Travel will be paid in accordance with the Joint Travel Regulation (JTR). Those approving the vendor to travel shall maintain a record of travel costs to ensure the amount of funds on the contract is not exceeded. 3.7 Contractor and Employee shall execute a Non-disclosure certificate prior to reporting for work. If derogatory information is reported in the Security Investigation, the Contractor's employee must be removed from the project immediately and replaced with an individual with proper qualifications. 3.8 Prior to reporting to the work site, Contractor personnel shall report to the appropriate USAISR Security Office for issuance of a Government badge and security in briefing. 3.9 Contractor personnel shall be familiar with AR 380-19, Information Systems Security, in order to familiarize themselves with the Government's guidance on security. Regulations and directives are available in the USAISR Security Office. 3.10 Contractor shall comply with all Defense, Air Force, Army, Institute, 59th Medical Wing and other governmental regulatory requirements with special attention to Safety and Security requirements. 3.11 On their last day of work, they will complete the out-processing form IAW USAISR Policy Memorandum 01-003, Clearing USAISR and Turning-In Equipment. All government-furnished property will be inventoried prior to departure. 3.12 The contractor employee is responsible for maintaining the equipment assigned to them by the Institute for the completion of assigned tasks. 3.13 When required to take government equipment out of Building 3611, the contractor employee must obtain a property pass, Optional Form 7, from the Institutes Logistics Property Book Officer to validate the authorization to do so. 3.14 While in the Government site, Contractor personnel shall wear the Government-issued facility badge. 3.15 The badge will be properly displayed on front of the upper torso and visible at all times. A Common Access Card (CAC) is required for all employees. The CAC will be issued to eligible DoD contractor personnel. Assistance in obtaining the CAC will be provided by ISR. Regulations and directives are available in the USAISR Security Office. 3.16 Only US Citizen employees shall be allowed access to DoD computer Systems. 3.17 Type of contract: This is a firm-fixed price contract with reimbursable travel. Contract line item numbers may not be exceeded without prior authorization of the Contracting Officer. 3.18 COR USAF, MC, Address: U.S. Army Institute of Surgical Research (USAISR), 3400 Rawley Chambers Blvd., Bldg 3611, Fort Sam Houston, TX 78234; 3.19 Period of performance (base plus options): Period of performance will be a one-year base period with four one-year option periods. Base Period: 01 Jun 2010 31 May 2011; Option 1 Period: 01 Jun 2011 31 May 2012; Option 2 Period: 01 Jun 2012 31 May 2013; Option 3 Period: 01 Jun 2013 31 May 2014; Option 4 Period: 01 Jun 2014 -- 31 May 2015 3.20 Contractor identification: Contractor personnel must clearly identify themselves as a contractor employee. The name of their company must be part of their email address, all correspondence and all identification badges, desk plates, etc. Additionally, contractor personnel are required to identify themselves as contractor personnel when attending meetings, answering Government telephones, or working in situations where their status as contractor employees may not be obvious. 3.21 Conduct of contract personnel: The COR, with the approval of the Contracting Officer, may require the Contractor to remove from the job site any employee working under this contract for reasons of misconduct or security, or found or suspected to be under the influence of alcohol, drugs, or other incapacitating agents. Contract employees will be subject to dismissal from the premises upon determination by the COR and the Contracting Officer that such action is in the best interests of the Government. 3.22 Government-furnished facilities, supplies, equipment. The Government will provide workspace, working supplies, furniture, desktop computers, and access to business telephones (for business purposes only) and other equipment as needed to perform the tasks specified in this PWS. The government will provide any Government regulations and technical manuals needed. 3.23 Government-directed training. Contractors are expected to have the skills to perform their contractual duties. If they must train to maintain the required skills, it is not to be done on Government time. Change in technical requirements and Command determination for total team training are conditions that permit contractor training at Government time or expense. 3.24 Authorized use policy agreement: The Contractor shall ensure that the Acceptable Use Policy (AUP) Agreement, outlining the terms and conditions in utilization of government computer and communications systems, shall be signed by all staff assigned to, including all subcontractors and consultants, or performing on this contract and shall adhere to the terms of that AUP. Assignment of staff who have not executed this statement or failure to adhere to this statement shall constitute default on the part of the Contractor. 3.25 Invoicing: The contractor shall submit invoicing through Wide Area Work Flow (WAWF). 3.26 Replacement of Personnel. When personnel leave, the vendor shall fill the vacant position within 15 days of the employee leaving. Replacement personnel shall have equal or better qualifications as the individual being replaced. 3.27. A full time employee is based on1920 hours per year. Two full time employees are required. 3.28 Post/Base closure: Should the post/base be closed for inclement weather, the contractor shall not report to the Post,/Base but will call their respective employer for instructions. 3.29 Recognized Holidays: The following holidays are observed by the Government and the workplace will not be accessible to the contract employees during these days: New Year's Day; Labor Day; Martin Luther King Jr. Day; Columbus Day; President's Day; Veteran's Day; Memorial Day; Thanksgiving Day; Independence Day; Christmas Day. TWO (2) CLINICAL RESEARCH NURSES 1.0 TECHNICAL SPECIFICATIONS: The following technical specifications are provided to demonstrate the task environment in which the services will be delivered. The following specifications are not directives on how the services are to be provided but what traditionally has been required to successfully support the task objectives. The contractor is required to meet or exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customer's organizational and departmental objectives. 1.1 Performs Clinical Research Projects 1.1.1 Collects and organizes research data 1.1.2 Locates, copies, reads and summarizes research articles. 1.1.3 Enrolls subjects into studies. 1.1.4 Ensures that the IRB/IACUC protocol is followed. 1.1.5 Maintains compliance with research, product development and information assurance regulatory requirements 1.2 Performs Data Entry 1..2..1 Maintains Microsoft Excel databases 1.2.2 Tracks specific research data 1.2.3 Conducts electronic queries 1.3 Creates and Distributes Research Reports 1.3.1 Creates routine reports on subject enrollment and general descriptive information from the research database. 1.3.2 Assists with the preparation of interim and final technical reports, summaries, and protocols. 1.3.3 Assists with study-related correspondence and mailings 1.4 Provides Quality Control 1.4.1 Provides trouble shooting 1.4.2 Maintains clear and accurate research data, inventories and logbooks. 1.4.3 Maintains protocol binders containing regulatory documentation. 1.5 Provides Safety and Security 1.5.1 Maintains compliance with established institute and hospital safety procedures 1.5.2 Provides orderly safe and secure maintenance for all assigned research records. 1.6 Provides Maintenance of Research Records 1.6.1 Maintains research records. 1.6.2 Collects and records data, to include extensive use of computers as well as creating and implementing new databases for new protocols. 1.6.3 Generates orders for equipment and supplies required for research to PI. 1.6.4 Assists supervisor or hand receipt holder with inventories for maintenance, and generates repair work orders for equipment when needed. 1.6.5 Assists with photography, graphics, and image production, to include preparing for study presentations. 1.7 Contractor Employees Physical Requirements 1.7.1 In performing the functions of this position, must be able to stand, stoop, sit, walk, climb, kneel, reach, push, lift light to heavy loads (50 - 60 lbs.), type, grasp, possess finger/hand/eye coordination and manipulation and be able to perform repetitive hand motions. 1.7.2 Must be able to concentrate (mental concentration) and observe changeable situations and react accordingly, and possess good vision including the ability to focus. Must be able to speak and hear to communicate with scientists and staff in the English and Spanish Language. 1.8 Working Conditions: performed primarily in a clinical and office environment. 1.9 Suggested Qualifications and Skills: 1.9.1 A bachelor's degree in area of specialty 1.9.2 2-5 years of hands on experience in the field or in a closely related area 1.9.3 Two to four years experience in clinical research and research design 1.9.4 Clinical work in specialties such as critical care, surgery (general, trauma/vascular) or emergency medicine 1.9.5 Familiarity with medical terminology and common medical abbreviations 1.9.6 Verbal and writing communication skills using standard and non-standard report formats 1.9.7 Ability to use Microsoft Word, Excel, PowerPoint, and E-mail software applications 1.9.8 A working knowledge of experimental procedures 1.9.9 Possesses analytical skills for identifying trends, patterns, and insights in technical and scientific data. 1. 9. 10 Required Certifications: Valid and current professional certifications and licenses required for practice in field. 2.0 ADDITIONAL REQUIREMENTS AND NOTES 2.1 Contractor shall comply with all Army, Air Force, Institute and other regulatory research requirements. Particular attention shall be paid to Regulatory Compliance, Safety and Security 2.2 Contractor shall comply with all safety procedures to include documentation of the following: TB Test; Hepatitis B vaccine, titer, or wavier, Tetanus booster within the last 5 years; HIV titer. 2.3 The contractor employee is responsible for operator maintenance and maintaining the equipment assigned to them by the Institute through the completion of all assigned tasks. 2.4 Contract personnel will report to Building 3611, Room 182-12, for in-processing on their first day of work. They must report with the required security clearance already completed/approved, or they will not be in-processed. On their last day of work, they will complete the out-processing form IAW USAISR Policy Memorandum 01-003, Clearing USAISR and Turning in Equipment. All government-furnished property will be inventoried prior to departure. 2.5 When required to take government equipment out of Building 3611, the contractor employee must obtain a property pass, Optional Form 7, from the Institutes Logistics Property Book Officer to validate the authorization to do so. 2.6 A favorable NAC security clearance is required for the Employee prior to reporting for work. Additionally, a Certificate of Non-disclosure for the Contractor and the Contractor's proposed employee shall be completed and furnished to the ISR at the time of employee in-processing. 2.7 Contractor shall travel to collect data, present research data, or attend medical/scientific meetings. Obtaining education in specialized merging methodologies and concepts will be at the discretion of the Director, Enroute Care Research Center, Program Manager, ECRC, and 59 Medical Wing Chief Scientist.. Those approving the vendor to travel shall maintain a record of travel costs to ensure the amount of funds on the contract is not exceeded. 2.8 Shifting work schedule, including early mornings, evenings, nights, and weekends will be necessary, excluding Federal Holidays. Eight hours per day, with a 60 minutes lunch break. A full time employee is based on 1920 hours per man-year. Requirement is for two (2) full-time Clinical Research Nurses. 2.9 Place of work will be at the ECRC, USAISR, Building 3611, 3400 Rawley Chambers Blvd., Fort Sam Houston, and 59th Medical Wing, Wilford Hall Medical Center, Lackland AFB. 2.10 Prior to reporting to the work site, Contractor personnel shall report to the appropriate USAISR Security Office for issuance of a Government badge and security in briefing. 2.11 While in the Government site, Contractor personnel shall wear the Government issued facility badge. 2.12 The badge will be properly displayed on front of the upper torso and visible at all times. A Common Access Card (CAC) is required for all employees. Regulations and directives are available in the USAISR Security Office. 2.13 Contractor and Employee will execute a Non-Disclosure Agreement prior to reporting to the USAISR and a copy of those signed agreements will be provided to the USAISR at the time they in-process. 2.14 Type of contract: This is a firm fixed price contract with reimbursable travel. Contract line item numbers may not be exceeded without prior authorization of the Contracting Officer. 2.15 COR:, USAF, MC, Address: United States Army Institute of Surgical Research (USAISR), 3400 Rawley Chambers Blvd., Bldg 3611, Fort Sam Houston, TX 78234; 2.16 Period of performance (base plus options): Period of performance will be a one-year base period with four one-year option periods: Base Period: 01 Jun 2010 31 May 2011; Option 1 Period: 01 Jun 2011 31 May 2012; Option 2 Period: 01 Jun 2012 31 May 2013; Option 3 Period: 01 Jun 2013 31 May 2014; Option 4 Period: 01 Jun 2014 31 May 2015 2.17 Contractor identification: Contractor personnel must clearly identify themselves as a contractor employee. The name of their company must be part of their email address, all correspondence and all identification badges, desk plates, etc. Additionally, contractor personnel are required to identify themselves as contractor personnel when attending meetings, answering Government telephones, or working in situations where their status as contractor employees may not be obvious. 2.18 Conduct of contract personnel: The COR, with the approval of the Contracting Officer, may require the contractor to remove from the job site any employee working under this contract for reasons of misconduct or security, or found or suspected to be under the influence of alcohol, drugs, or other incapacitating agents. Contract employees will be subject to dismissal from the premises upon determination by the COR and the Contracting Officer that such action is in the best interests of the Government. 2.19 Government-furnished facilities, supplies, equipment. The Government will provide workspace, working supplies, furniture, desktop computers, and access to business telephones (for business purposes only) and other equipment as needed to perform the tasks specified in this PWS. The government will provide any Government regulations and technical manuals needed. 2.20 Government-directed training. Contractors are expected to have the skills to perform their contractual duties. If they must train to maintain the required skills, it is not to be done on Government time. Change in technical requirements and Command determination for total team training are conditions that permit contractor training at Government time or expense. 2.21 Authorized use policy agreement: The Contractor shall ensure that the Acceptable Use Policy (AUP) Agreement, outlining the terms and conditions in utilization of government computer and communications systems, is signed by all staff assigned to, including all subcontractors and consultants, or performing on contract and adhere to the terms of that AUP. Assignment of staff who have not executed this statement or failure to adhere to this statement shall constitute default on the part of the Contractor. 2.22 Invoicing: The contractor shall submit invoicing through Wide Area Work Flow (WAWF). 2.23 CAC card: The CAC will be issued to eligible DoD contractor personnel. Assistance in obtaining the CAC will be provided by ISR. 2.24 Replacement of Personnel. When personnel leave, the vendor shall fill the vacant position within 15 days of the employee leaving. Replacement personnel shall have equal or better qualifications as the individual being replaced. 2.25 Company to have a procedure to notify government of employees leave schedule, to include unplanned absence (sick, etc). Plan shall be submitted to the COR 5 work days after contract award. 2.26 Absence longer than 5 consecutive days need to pro-rate the monthly invoice if FFP. 2.27 Post/Base closure: Should the post/base be closed for inclement weather, the contractor shall not report to the Post/Base, but will call their respective employer for instructions. 2.28 Recognized Holidays: The following holidays are observed by the Government and the workplace will not be accessible to the contract employees during these days: New Years Day; Labor Day; Martin Luther King Jr. Day; Columbus Day; Presidents Day; Veterans Day; Memorial Day; Thanksgiving Day; Independence Day; Christmas Day. Provide the hourly rate for Contract Line Item Numbers (CLINs): 0001 Two (2) Program Managers for Base Period, 7 Jun 10 to 6 Jun 11 (Quantity-12 months); 1001 Two (2) Program Managers for Option Year 1, 7 Jun 11 to 6 Jun 12 (Quantity-12 months); 2001 Two (2) Program Managers for Option Year 2, 7 Jun 12 to 6 Jun 13 (Quantity-12 months); 3001 Two (2) Program Managers for Option Year 3, 7 Jun 13 to 6 Jun 14 (Quantity-12 months); 4001 Two (2) Program Managers for Option Year 4, 7 Jun 14 to 6 Jun 15 (Quantity-12 months); 0002 Two (2) Clinical Research Nurses for Base Period, 7 Jun 10 to 6 Jun 11 (Quantity-12 months); 1002 Two (2) Clinical Research Nurses for Option Year 1, 7 Jun 11 to 6 Jun 12 (Quantity-12 months); 2002 Two (2) Clinical Research Nurses for Option Year 2, 7 Jun 12 to 6 Jun 13 (Quantity-12 months); 3002 Two (2) Clinical Research Nurses for Option Year 3, 7 Jun 13 to 6 Jun 14 (Quantity-12 months); 4002 Two (2) Clinical Research Nurses for Option Year 4, 7 Jun 14 to 6 Jun 15 (Quantity-12 months). 0003 Travel for Base Period, 7 Jun 10 to 6 Jun 11 - The Government has estimated annual cost of travel at $40,000. All offers will be based on this estimate. 1003 Travel for Option Year 1, 7 Jun 11 to 6 Jun 12 - The Government has estimated annual cost of travel at $40,000. All offers will be based on this estimate.; 2003 Travel for Option Year 2, 7 Jun 12 to 6 Jun 13 - The Government has estimated annual cost of travel at $40,000. All offers will be based on this estimate.; 3003 Travel for Option Year 3, 7 Jun 13 to 6 Jun 14 - The Government has estimated annual cost of travel at $40,000. All offers will be based on this estimate.; 4003 Travel for Option Year 4, 7 Jun 14 to 6 Jun 15 - The Government has estimated annual cost of travel at $40,000. All offers will be based on this estimate. Quality Assurance Surveillance Plan (QASP): The Quality Assurance Surveillance Plan (QASP) is a Government-developed and -applied document used to make sure that systematic quality assurance methods are used in the administration of this contract. Worksheet provided will be completed by customer Point of Contact as a method to monitor contractor performance. If at any time during the performance period of this contract the performance rating is Red the customer will provide documentation and appropriate action taken to remedy the deficiency. The quality rating may change from Green to Red without notice. We anticipate the customer utilizing the Yellow quality rating to alert the contractor of quality issues that have the potential for a Red quality rating if corrective action is not taken. The Quality Assurance Surveillance Worksheet will be submitted to the COR following the first month of performance. The COR will assume a quality performance rating of Green on all measured deliverables unless otherwise notified. By approving service and/or deliverable documents the customer confirms the quality performance rating of Green unless otherwise annotated. At the end of the contract period of performance, the customer will be asked to complete an Annual Quality Performance Review to document the quality performance ratings during the performance period. Description of Ratings: Green Rating - Yes, performance and technical specifications are being met at AQL; Yellow - Yes, performance and technical specifications are currently being met at the minimum AQL, but the following service / deliverable needs contractor attention. (The Customer must identify what component of the deliverable and/or service requires attention.) Red - No, performance and technical specifications are not being met at AQL and the following service / deliverable needs immediate contractor resolution. The Customer must identify what component of the deliverable and/or service is below the minimum AQL. Clinical Research Nurse Required Service/Deliverable; Performance Standard; Acceptable Quality Level (AQL); Monitoring Method: 1. Performs clinical research projects--Compliance with research regulatory requirement--Projects performed 100% of the time in compliance with protocol and regulatory requirements--Periodic inspection; 2. Performs data entry--Accurate databases and queries--Databases and queries are correct 98% of the time-- Periodic inspection, customer feedback; 3. Creates & distributes research reports-- Reports accurate-- Reports are correct 98% of the time--Periodic inspection, customer feedback; 4. Provides Quality Control-- Have clear & accurate data--Accurate date 98% of the time--Periodic inspection, customer feedback; 5. Provides safety & security--Compliance with established procedures--100% compliance---Periodic inspection, customer feedback. Program Manager Required Service/Deliverable; Performance Standard; Acceptable Quality Level (AQL); Monitoring Method: 1.1 Performs administrative support--Completed on time & within cost-- Completed 100% on time and within cost--Customer feedback; 1.2 Assist in management--Successful program--Program successful 100% of the time--Customer feedback; 1.3 Assist with flow of work in research program--Knowledge of established procedures--Uninterrupted flow of work--Customer feedback; 1.4 Provides effective customer support--Support accomplished in expeditious manner--Satisfied customer 96% of the time--Customer feedback. The awardee will be required to develop and submit a Quality Control Plan for the contract to the Contracting Officer within 30 days following award of contract for review and concurrence by the Contracting Officers Representative and implementation by the contractor. FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. Applicable is FAR 52.212-2, Evaluation-Commercial Items: 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, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Qualifications of Personnel and (3) Cost. One contract will be awarded. The contract will be firm-fixed-price for the two Program Managers and two Clinical Research Nurses. A cost CLIN for Travel will included for each year of the resultant contract. Award will be made using lowest price technically acceptable source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. A description of the evaluation criteria follows: Technical Qualifications of Personnel (limit of 12 pages): As a Minimum, each proposing offeror will be evaluated based on whether they have the skills deemed by the Government to be necessary to minimize risk and successfully complete the requirements in the PWS. The Technical Qualifications of proposed personnel will be used to evaluate the Offerors experience and success in providing and performing same or like services. Commitment letters and Resumes (required for all employees) must indicate how personnel meet the industry certification, educational, security and technical qualifications required to perform the PWS. Resumes should be no longer than two (2) pages and include at least three (3) references for projects of similar scope and nature of work. Describe work accomplished in similar projects indicating the relevant quantitative and qualitative aspects of the offerors record of performing services similar in size, content, and complexity. Include points of contact, their telephone numbers, and titles. Each reference shall include a contracting and technical point of contact. To be considered technically acceptable, the offeror must demonstrate successful past performance on at least three contracts of similar type and magnitude within the past three years. The Government may supplement the information provided with any other information it may obtain from any other source, including its own experience with your firm, or information concerning your performance from other reliable sources. Cost and Price Evaluation: Provide a spreadsheet listing all labor categories, hourly rates, and extended labor costs. The offeror shall offer fully burdened hourly labor rates and fully burdened total price for each CLIN with escalation for the option years. Provide prices that both evaluate the reasonableness and the cost realism of the proposed cost/prices. In addition, offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The following clauses are incorporated into this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (FAR clauses 52.219-6, 52.219-8, 52,219-14, 52.219-28, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33 apply), FAR 52.217-9, Option To Extend The Term of the Contract, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses, DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.204-7006, Billing Instructions, DFARS 252.225-7000, Buy American ActBalance of Payments Program Certification, DFARS 252.212-7001, Contract Terms and Conditions to Implement Statutes, and DFARS 252.232-7003, Electronic Submission of Payment Requests. Any questions are due Tuesday, 25 May 2010, at 12:00 p.m. (Noon) EST (see POC below). Proposals are due 1 June 2010 by 12:00 p.m. (Noon) EST to U.S. Army Medical Research Acquisition Activity, ATTN: MCMR-AAA-W, 820 Chandler Street, Fort Detrick, MD 21702-5014. POC is Mrs. Dana Herndon, 301-619-7140. Email questions and offers to Mrs. Dana Herndon at Dana.Herndon@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH10T0242/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02153536-W 20100521/100519234406-2c3ab0e1c8df0a414b2d46e5e15e83bd (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.