Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

R -- Ethics Support Services - RFQ

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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
10-233-SOL-00302
 
Archive Date
8/17/2010
 
Point of Contact
Margo Katzper, Phone: 3014432475, Jennifer Schlegel, Phone: 3014433025
 
E-Mail Address
Margo.Katzper@PSC.hhs.gov, Jennifer.Schlegel@PSC.hhs.gov
(Margo.Katzper@PSC.hhs.gov, Jennifer.Schlegel@PSC.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR PART 13 & 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number is 10-233-SOL-00299 and is issued as a Request for Quotation (RFQ). This acquisition is being conducted as a competitive total small business set aside requirement. The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005- 43 (July 23, 2010). The North American Industry Classification (NIACS) Code is 541611, and the business side standard is $7.0 Million. The Department of Health and Human Services (DHHS), Program Support Center (PSC), Division of Acquisition Management (DAM), for the Substance Abuse and Mental health Services Administration (SAMHSA) has a requirement for Ethics Support Services. Objective: The purpose of this contract is to provide necessary and expert assistance and support to the Division of Management Systems (DMS) in functions related to Ethics actions and analyses. The work supported by this contract is necessary to meet this Agency’s day-to-day administration of the Ethics program. Scope of Work - Sampling of tasks : The contractor shall perform tasks within the following scope as they relate to the Division of Management Systems performing its Ethics functions: 1.Assist with solicitation, processing, tracking, analysis and follow-up of all Confidential Financial Disclosure Forms (OGE-450) such that they can be approved/certified by the DEC; 2.Assist with solicitation, processing, tracking analysis and follow-up of all Public Financial Disclosure Forms (SF-278) such that they can be approved/certified by the DEC; 3.Assist with solicitation, processing, tracking, analysis and follow-up of all Annual Report of Outside Activities (HHS-521) forms such that they can be approved/certified by the DEC; 4.Assists with solicitation, processing, tracking, analysis, review and follow-up of all Request for Approval of Outside Activities (HHS-520) forms such as they can be approved/certified by the DEC; 5.Assists with the preparation and submission of the annual ethics training report; 6.Assists with reviewing financial disclosure forms for each Advisory Council member before each Advisory Council meeting; 7.Assists with coordinating and reviewing other ethics activities as needed, including official duty activities, outside activities, awards, widely attended gatherings, gifts, and the like, so that they can be signed/certified by the DEC; 8.Assists with reviewing travel documentation for ethics purposes; 9.Assists with responding to ad hoc ethics inquiries from SAMHSA staff; 10.Assists with preparation of other reports as may be requested by the SAMHSA Ethics office during the course of the project period; 11.Assists as the SAMHSA Ethics Liaison to HHS. Deliverables: 1.Meet with Division Director, DMS – Day one. 2.Provide support for activities related to the approval/certification of OGE-450 forms, SF-278 forms, and HHS 520 and HHS 521 forms. 3.Work directly with Agency staff members and/or Advisory Council members (as determined by the DMS Director) to assist in meeting requirements for the ethics program. 4.Assist with developing reports, recommendations, and program documents related to the ethics program. 5.Attend meetings and make presentations as determined by the Director, DMS. 6.Other ethics-related needs as determined by the Director, DMS. Site: As directed, the contractor will work within the Division of Management Systems, SAMHSA, located at 1 Choke Cherry Road, Room 3-1035, Rockville, MD. With the concurrence of the Director, DMS, the Contractor may be able to prepare and/or review certain documents off-site however a telework location will not be provided by the Government. The Contractor must abide by requirements set by the Director, DMS for telework activities such as compliance with Privacy Act requirements and maintaining records, files, and all work materials in a safe, controlled area. Facilities/Equipment: Government will provide the contractor with a lockable office with standard office furniture, telephone, computer equipment, and software to perform their assigned task. Travel: Travel is not anticipated. Period of Performance: The period of performance is from time of award (no later than 5 days after award) for 12 months. The Contractor’s work schedule is estimated as 1-2 days per week, for a maximum of 20 hours/week. Fixed work days to be negotiated prior to award. The actual number of days per week and hours per day may be adjusted during the performance period based upon the workload and needs of the Government. Evaluation Factors for Award: Assigned Weights to Technical and Cost Proposals The weighting assigned to the technical proposal is 100 points. General Guidelines Award will be made to the responsible offeror whose offer, conforming to this solicitation, is determined to be in the best interest of the Government, price and other factors considered. An offeror’s proposal may not be considered when proposed cost is unreasonably high or unrealistically low. Since the technical criteria are considered of greatest importance, the Government reserves the right to award a contract to other than the low offeror. Criteria Weighting The Government will assess each offeror’s technical proposal for the technical approach and corporate experience. Technical Evaluation Criteria: A description of the evaluation criteria is provided below. As reflected in the points assigned, the elements and sub-elements are of equal importance. The total possible point score for technical criteria will be 100 points. 1.Work experience as a Federal Ethics Counselor or Ethics Coordinator, preferably as a specialist -20 points 2.Specific work experience related to the Departmental (HHS) Ethics Program – 15 points 3.Knowledge and understanding of ethics related issues pertaining to governmental employees and: a.Approval of and Reporting on Outside Activities – 10 points b.Confidential and Public Financial Disclosure Statements – 10 points c.Political Activities and the Hatch Act – 5 points d.Employees’ Post Employment Restrictions - 5 points e.Advisory Committees and Special Government Employee – 5 points f.Rules on Gifts and Conferences/Widely Attended Gatherings – 5 points g.Orientation of New Employees - 5 points 4. Cost – 20 points Proposals are due August 2, 2010 by 3:00 PM Eastern Standard Time. The award will be made based upon the requirements specified in this combined/synopsis, and to the offeror providing the best value in meeting the Government's requirements. The offerors must provide documentation in support of the specified requirements. The Government intends to evaluate offerors and may award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. 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, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. 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 offerors proposal must include in their hourly rate, 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 from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and ORCA https://orca.bpn.gov/. The clauses are available in full text at http://www.arnet.gov/far. The proposal must reference the Solicitation number 10-233-SOL-00299. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted electronically (via email) to Margo Katzper, Contract Specialist, at Margo.Katzper@PSC.hhs.gov & Jennifer Schlegel, Contract Specialist, at Jennifer.schlegel@PSC.hhs.gov in either MS Word or Adobe Portable Document Format (PDF) by the date and time specified above. All responses must be received by the specified due date and time in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/10-233-SOL-00302/listing.html)
 
Place of Performance
Address: SAMHSA, Rockville, Maryland, United States
 
Record
SN02224370-W 20100801/100730235515-9d4bf7a76b51d37e0d3bae7ccc022c12 (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.