Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

U -- FAC-P/PM Training - SF 18

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
11-250-SOL-00218
 
Archive Date
9/3/2011
 
Point of Contact
Darryl Smith, Phone: (301) 443-6934
 
E-Mail Address
dsmith2@hrsa.gov
(dsmith2@hrsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Past Performance Form Request for Quote for FAC P/PM Services THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 611430 with a small business size standard of $7M. This acquisition is 100% small disadvantage veteran owned business (SBOVB) set-aside. I. Background The Department of Health and Human Services is the United States Government's principal agency for protecting the health of all Americans and providing essential human services, especially for those who are least able to help themselves. The Department includes more than 300 programs, covering a wide spectrum of activities. HHS consists of the following Operating Divisions: Agency for Healthcare Research Quality (AHRQ), Office of Acquisition Management, Contracts and Grants (OAMCG), Centers for Disease Control (CDC), Centers for Medicare and Medicaid Services (CMS), Food and Drug Administration (FDA), Health Resources Services Administration (HRSA), Indian Health Services (IHS), National Institutes of Health (NIH), Office of the Inspector General (OIG), Office of the Secretary Public Health Service (OS-PHS), Program Support Center (PSC), and Substance Abuse and Mental Health Services Administration (SAMHSA). The Health Resources and Services Administration's Office of Acquisition Management and Policy (OAMP) provides acquisition management, oversight and workforce training, and development and certification. To fulfill its workforce training, development, and certification responsibilities, OAMP plans to award a Blanket Purchase Agreement (BPA) for FAC-PPM classroom training to satisfy training requirements for the Federal Acquisition Certification - Program/Project Management (FAC-P/PM). All courses presented must be Defense Acquisition University (DAU) equivalent and must align with the competencies and course content required by the Federal Acquisition Institute (FAI). More information is available at www.fai.gov. II. Purpose The FAC-PPM classroom training to be provided under this BPA shall provide HHS' acquisition workforce with the knowledge and skills necessary to successfully discharge procurement responsibilities which satisfy the requirements of the Federal Acquisition Regulation (FAR), the Health and Human Services Acquisition Regulation (HHSAR); meet acquisition certification and recertification requirements; enhance levels of proficiency that currently exist; and ensure a highly trained and efficient acquisition workforce. III. General Requirements The Contractor shall provide all personnel, including instructors, supervision, equipment, tools, materials, including textbooks, manuals, handbooks, certificates of course completion, and other items necessary to successfully perform the requirements set forth in the Statement of Work. The Contractor shall consult the following applicable documents of Department of Health and Human Services:  Federal Acquisition Certification for Project and Program Managers (FAC-P/PM) Handbook (October 2010) These documents are available for download at: http://dhhs.gov/asfr/ogapa/acquisition/workplacecert.html Location of Courses Most classes will be held in the Washington D.C. metropolitan area. On occasion, classes may be scheduled at various HHS Regional offices around the country. HHS has offices in: Washington D.C., Rockville, MD, Bethesda, MD, Baltimore, MD, Seattle, WA, Atlanta, GA, and Albuquerque, NM. Classes will be scheduled subject to instructor and space availability and will be conducted during regular business hours; Monday through Friday. The location of courses will be dictated by number of students expected to attend the prescribed course. OAMP requires that course cancellation deadlines be set at no more than two weeks prior to the start date of the course without penalty to the Government. Vendor quotes with longer cancellation deadline requirements may be excluded from further consideration. IV. Tasks to be Performed Federal Acquisition Certification - Project/Program Management (FAC- P/PM) Courses I. FAC-P/PM Level I Training Requirements  Basic Acquisition Management for Project Managers (3-days): Course Objectives: Explain the requirements development process; Define concept selection; Recognize the technology development process; and Perform a business strategy for market research (FAR Parts 10 and 12) to include socio-economic considerations.  Basic Project Management for Project Managers (3-days): Course Objectives: Prepare project components to the task level in preparation for developing the Work Breakdown Structure (WBS); Define requirements in terms of performance-based outcomes, where appropriate; Recognize role of an estimate in Total Ownership Cost (TOC)/Life Cycle Cost process; Recognize the risk and opportunity management process; Recognize systems life cycle management concepts used for information systems; Recognize the need for a comprehensive Test and Evaluation (T&E) program; and Recognize the need to implement alternative logistics support.  Leadership and Interpersonal Skills for Project Managers (2-days): Course Objectives: Effective oral and written communications; Understanding of the functions of membership in a working group or project oriented team; Customer service; Conflict management; and Accountability.  Government-Specifics for FAC-P/PM Level I Project Managers(3-days): Course Objectives: Become aware of a process by which the efforts of all acquisition personnel are integrated through a comprehensive plan; Recognize a need for the Project/Program Manager to participate in pre-award actions required by acquisition planning (FAR Part 7.1); Recognize the need for a comprehensive program specification and requirements statement that fully and correctly define the program; Recognize the need to formulate a source selection plan that allows for best value selection from competitive solicitations; Recognize the need to support contract administrative actions; Recognize the need for establishment of a negotiated baseline of performance; Recognize the need to oversee application of Total Life Cycle Systems Management (TLCSM); and Discuss Management's Responsibility for Internal Control (OMB Circular A-123) and Capital Asset Planning (OMB exhibit 300).  Earned Value Management (EVM) and Cost Estimating for Project Managers (3-days): Course Objectives: Recognize EVM policies, methodologies, and software for performance measurement of programs; Identify management techniques; Recognize the need for an Integrated Baseline Review process; Recognize allocation of funds within appropriation categories and use of funds from each appropriation; Identify the information system for financial management reporting; and Be knowledgeable of a cost estimating processes, methods, techniques, analytical principles, data, confidence bands, specialized costing, application of OMB A-94, Guidelines and Discount Rates for Benefit-Cost Analysis of Federal Programs, and management applications. II. FAC-P/PM Level II Training Requirements  Intermediate Project/Program Management (3-days): Course Objectives: Develop and document an integrated master schedule; Assist in the development of an estimate of Total Ownership Cost (TOC); Clearly define requirements to meet needs including, where appropriate, performance-based outcomes and setting performance standards; Formulate the key features of a risk/opportunity management process; Establish a requirements development process that provides traceability back to user-defined capabilities; Formulate the key features of the T&E program, including modeling and simulation; and Develop a life-cycle plan for delivering, maintaining, and retiring a product that includes supply chain considerations.  Intermediate Leadership and Interpersonal Skills for Project/Program Managers (2-days): Course Objectives: Partnering; Entrepreneurship; Strategic Thinking; Team Building/IPT; Conflict Management; Creativity/Innovation; and Leveraging Diversity.  Government-Specifics for FAC-P/PM Level II Project/Program Managers (3-days): Develop an overall strategy for managing the acquisition, coordination, and development of the acquisition strategy to include socioeconomic considerations; Identify key features in terms of pre-award actions required by acquisition planning (FAR Subpart 7.1); Formulate the key features of a comprehensive program specification and requirements statement; Identify and develop source selection criteria, including risk analysis method (FAR Part 15.3); Identify and track contract performance and administrative actions; Conduct financial planning and execution reviews; Build program and project plans in accordance with Management's Responsibility for Internal Control (OMB Circular A-123) and Capital Asset Planning (OMB exhibit 300); and Use strategic sourcing when building and finalizing requirements across the program.  Intermediate Earned Value Management (EVM) and Cost Estimating for Project/Program Managers (3-days): Course Objectives: Identify the information system for financial management reporting; Conduct EVM analysis and implementing changes based on analysis; Analyze resource needs for management, including planning for an EVM program linked to risk; Apply business process re-engineering methods for continuous improvement. III. FAC-P/PM Level III Training Requirements  Advanced Acquisition Management (3-days): Course Objectives: Manage a departmental/agency effort; Direct the development of concepts, requirements, and project documents related to the program; Manage the preparation of a program's acquisition strategy; Maximize the use of performance-based acquisition principles; Manage team activities in appropriate market research and acquisition of commercial items in accordance with FAR Parts 10 and 12; and Direct requirements baselining, change processes, and resourcing.  Advanced Program Management (3-days): Course Objectives: Coordinating an integrated master plan for life-cycle management and support; Interpreting and overseeing application of department/agency financial policies and directives as it relates to program and resource management; Directing and monitoring risk management processes and making adjustments as necessary; Overseeing a comprehensive test and evaluation program; Examining and implementing innovative, alternative logistics support practices; and Ensuring adequate staffing and resources across the program lifecycle.  Advanced Leadership and Interpersonal Skills for Program Managers (2-days): Course Objectives: Delivering effective presentations to senior level audiences through practice and instruction; Building and directing high-powered teams; Creating a culture of development and accountability; and Communicating a compelling vision that generates excitement, enthusiasm, and commitment among team members.  Government-Specifics for FAC-P/PM Level III Program Managers (3-days): Work with a warranted contracting officer and develop the overall strategy for managing the acquisition; Participate in pre-award actions required by acquisition planning (FAR Part 7.1); Apply appropriate principles of OMB Circular A-123, Management's Responsibility for Internal Control; Direct completion of successful Capital Asset Plan (OMB exhibit 300); Employ strategic planning and resource management in the federal environment (budget cycle, paperwork, and congressional considerations); Apply principles of contract and fiscal laws and regulations (anti-deficiency, procurement integrity, and specific purpose statues) as they pertain to development of program funding, contracts, and strategies; and Manage program in accordance with the agency's and OMB's planning, programming, and budgeting process, as appropriate.  Advanced Earned Value Management (EVM) and Cost Estimating (3-days): Course Objectives: Direct and manage EVM implementation across the program spectrum; and Use advance project management skills with extensive EVM capabilities.  Use visual aids to facilitate the objectives of the course; totaling no more than 10% of classroom time per day;  Indicate where course instruction can/will be conducted (i.e. HHS location and/or vendor location);  Provide, operate and secure any equipment used to facilitate courses;  Provide copies of all instructional materials/aids, student handbooks, classroom assignments, homework assignments, tests/exams for each student (without using HHS' equipment); and  Provide customer service and technical support to students and HHS, both in and outside of classroom. Classroom Instructors shall:  Provide class work and/or homework assignments and verify completion.  Clearly answer student's questions during the course instruction.  Arrive on time and be available in the classroom during the entire day of instruction; with the exception of scheduled meal/break periods.  Dress in business/professional attire each day of class.  Have a level of security appropriate for course instruction.  Be familiar and in compliance with HHS' civil rights, equal opportunity for persons with disabilities, sexual harassment, internet security, and physical security policies. V. Courses to be Delivered At a minimum, the Contractor shall deliver the following courses specified under the respective FAC-PPM program in Appendix 1. OAMP may add or delete courses as needed to comply with changes in OFPP or FAI competency requirements. VI. Schedule of Deliverables The contractor will be provided with a schedule of deliverables for each individual call order to be issued under this contract. VII. Period of Performance The period of performance shall be for 12 months with four (4) twelve (12) month options. VIII. Contractor Qualifications The Contractor shall provide courses that have been FAC approved. EVALUATION FACTORS The Government intends to award a Blanket Purchase Agreement (BPA) resulting from this solicitation to the responsible Offeror whose quote confirming to the RFQ provides the best value to the government based on information provided in response to this RFQ, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria. The resulting BPA shall be issused as a fixed price award. The award shall be made on a best value basis. The best value evaluation factors are listed in order of importance, include the following: 1) Technical Capabilities - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance (Offerors must provide a list of at least three (3) references to whom the same or similar services have been provided); 3) Key Personnel - The appropriate skills, qualifications, and experience to efficiently and effectively manage and perform the requirements and ensure the technical quality of deliverables; 4) Sample Course Material and 5) Price - The amount, realism and consistency of the evaluated price. Non-price factors are more important than price. The evaluation shall be based on use of the adjectival scheme as follows: Pass (P) or Fail (F). *** The following provisions apply to this acquisition: 52.212-21 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION-COMMERCIAL ITEMS (JAN 1999) (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 Capabilities (Pass/Fail),_Past Performance (Pass/Fail), Key Personnel (Pass/Fail), Sample Course Material (Pass/Fail). Price________________________________________________ (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance. Technical and past performance, when combined, are equal to cost. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor's Registration (CCR) Database; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** Offerors shall submit their quote in accordance with FAR 52.212-1(b). EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(b) as follows: As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include service literature, or other documents, if necessary; (5) Complete breakdown of price and applicable discounts; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items, Contract dollar amount, and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. PRICING SHOULD BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER QUOTATION DOCUMENTS. ** No Appropriated funds shall be authorized for food for this requirement. ** All questions regarding this Request for Quote shall be submitted in writing via e-mail to the Contract Specialist, Darryl Smith, at dsmith2@hrsa.gov not later than August 9, 2009. The due date and time for quotations is August 19, 2011 at 12:00 pm EST. Offerors shall email their quote to dsmith2@hrsa.gov, so that it is received by the response date for this RFQ. The quotation may be submitted in one or more of the following formats: Microsoft Word, and/or Microsoft Excel. It is the responsibility of the contractor to confirm NIST's receipt of quote. Each quote shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. FAXED QUOTES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75ab0c752f692fed50a647653711b001)
 
Place of Performance
Address: Parklawn Building, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02521881-W 20110806/110804235048-75ab0c752f692fed50a647653711b001 (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.