Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

R -- Technical Writing Services - ADDENDUM

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
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
11-233-SOL-00655
 
Archive Date
9/27/2011
 
Point of Contact
ERIKA CRAWFORD, Phone: 3014433547, Rosanna Browning, Phone: 301-443-6931
 
E-Mail Address
ERIKA.CRAWFORD@PSC.HHS.GOV, rosanna.browning@psc.hhs.gov
(ERIKA.CRAWFORD@PSC.HHS.GOV, rosanna.browning@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ADDENDUM-SOLICITATION 11-233-SOL-00655 COMBINED SYNOPSIS/SOLICITATION Contracting Office Address: The U.S. Department of Health and Human Services Program Support Center/SAS/DAM 5600 Fishers Lane Parklawn Building, Room 5C-18 Rockville, MD 20857 This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Part 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. The solicitation is issued as a Request for Quote (RFQ), number 11-233-SOL-00655. The Government anticipates an award of a labor-hour contract. This requirement is 100% set-aside for Small Businesses. The applicable NAICS code is 711510. The applicable size standard is $7M. The contract award is anticipated to occur no later than September 29, 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://www.acquisition.gov/far. See the attached Addendum for the Statement of Work, other contract terms and conditions, and applicable Health and Human Services (HHSAR) Acquisition Clauses. The Contracting Officer has determined that the services provided under this contract are to be furnished by persons employed in a bona fide professional capacity and not through the use of Service Employees; therefore, FAR 52.222-41 Service Contract Act of 1965 is not applicable. The following provisions and clauses apply to this acquisition: 1) 52.212-1 Instructions to Offerors-Commercial Items including addendum for proposal submission and content; 2) 52.212-2 - Evaluation-Commercial Items including the following addendum Evaluation Criteria; 3) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Note: Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov; 4) 52.212-4 Contract Terms and Conditions-Commercial Items, Alternate I; 5) 52.217-8 Option to Extend Services, Note: The Contracting Officer may exercise the option by written notice to the Contractor within 30 days; 6) 52.217-9 Option to Extend the Term of the Contract, Note: The Government will provide written notice of its intent to extend at least 60 days before the contract expires, and total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months; 7) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Within 52.212-5, the following clauses apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post-Award Small Business Program Rerepresentation, 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, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports Veterans, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.204-7 Central Contractor Registration is incorporated by reference. Addendum to 52.212-1 Instructions to Offerors -Commercial Items All questions must be in writing and received by the Program Support Center/SAS Contracting Office no later than 3:00 PM Eastern Time on Friday, September 2, 2011. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined Synopsis/Solicitation on the FedBizOpps website (www.fedbizopps.gov). Questions must be addressed to the Contracting Specialist at the following e-mail address: Erika.Crawford@psc.hhs.gov. I. Proposal Submission Requirements: A. Proposals shall also include the following information: 1. RFQ number. 2. Time specified for receipt of proposals. 3. Name, address, and telephone number of offeror. 4. Labor category(ies), estimated hours per labor category, loaded hourly rate per labor category, ceiling price for each contract period (base and options). 5. A completed copy of the representations and certifications at FAR 52.212-3. 6. Prospective contractors must be registered in the Central Contractor Registration database. Information regarding CCR requirements may be obtained at www.ccr.gov. 7. The Offeror agrees to hold the prices in its proposal firm for 30 calendar days from the date specified for receipt of proposals, unless another time period is specified in an addendum to the solicitation. 8. Any proposal, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt shall not be considered. B. Proposals shall be submitted in two separate volumes, a technical volume and a price volume via electronic transmission and must be received no later than 3:00 PM Eastern Time on Monday, September 12, 2011 to the attention of: Erika Crawford Contract Specialist Program Support Center/SAS Via electronic transmission to Erika.Crawford@psc.hhs.gov Proposals that fail to furnish the required information and representations, or those who reject the terms and conditions of the solicitation may be excluded from consideration. II. Proposal Content: A. General 1. Information requested herein must be furnished in writing fully and completely in compliance with instructions. The information requested and the manner of submittal is essential to permit prompt evaluation of all offers on a fair and uniform basis. Simple statements of compliance (i.e., "understood"; "will comply") without the detailed description of how compliance will be met may not be considered sufficient evidence that the proposed services can technically meet the requirements of this RFQ. Accordingly, any offer in which material information requested is not furnished, or where indirect or incomplete answers or information are provided may be considered not acceptable. 2. All Offerors shall submit an offer consisting of a separate technical volume and separate price volume. The volumes shall be as follows: Volume One: Technical Proposal, and Volume Two: Price Proposal. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. 3. The RFQ does not commit the Government to pay for any cost for preparation and submission of a offer. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. B. Volume One: Technical Proposal The technical proposal must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Offeror has an understanding of all requirements specified in the Statement of Work. Proposals which merely offer to conduct a program in accordance with the requirements of the Government's scope of work will not be eligible for award. The technical proposal shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical proposal so that the Offeror's understanding of the detail and complexity of the requirements may be evaluated. B.1 Understanding of the Requirement The Offeror shall demonstrate a sound and thorough understanding of the requirement. The Offeror must grasp the difficulties and problems involved in performing the tasks set forth in the statement of work. B.2 Technical Approach to Performing Work The Offeror shall fully describe the proposed technical approach to meet each of the requirements specified under the description and statement of work. The Offeror shall demonstrate the technical merit and appropriateness of the techniques, processes, and tests it plans to use to accomplish the work and how they will benefit the Government. B.3 Experience in Performing Similar Work The Offeror shall describe past successes in performing work similar to the statement of work. The Offeror shall document experience in working in an Inspector General environment or equivalent. B.4 Past Performance Offerors should note that Past Performance is related to the "quality" and how well a Contractor performed the services under a contract. Offerors shall submit the following information as part of their proposal: a. A list of three (3) completed or active contracts for related or similar services. The Government will evaluate past performance on contracts that are similar in nature to the requirements of this RFQ. Contracts listed shall include those entered into with the Federal Government, agencies of state and local Governments or commercial customers. Include the following information for each contract: 1. Name of Contracting Organization; 2. Contract Number; 3. Contract Type; 4. Total Contract Value; 5. Description of Requirement; 6. Contracting Officer's Name, Telephone Number, Facsimile Number and E-mail Address; 7. Contracting Officer's Technical Representative's (COTR) Name, Telephone Number, Facsimile Number and E-mail Address; and 8. Explanation/Comments Regarding Problems Encountered and Corrective Actions Taken. b. Each Offeror will be evaluated on its performance under existing and prior contracts which are similar in nature to the requirements of this RFQ. The Government is not required to contact all references provided by the Offeror. Also, references other than those identified by the Offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the Offeror's past performance. Information for the evaluation of past performance will be randomly requested from the list of references (see paragraph a. above) or other sources as previously stated. Performance information will be used for both responsibility determinations and as an evaluation factor to be scored. c. Offerors are further advised that thorough and complete past performance information is required. Explanations/comments regarding problems encountered and corrective actions taken shall be addressed as a part of the offer submitted in response to this solicitation. The Government will take the Offeror's comments into consideration when conducting its past performance evaluation. OFFERORS MAY NOT BE GIVEN ANOTHER OPPORTUNITY TO ADDRESS PROBLEMS ENCOUNTERED IN PAST PERFORMANCE. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control, and Customer Satisfaction C. Volume Two: Price Proposal The Offeror shall submit a Price Proposal, fully supported by pricing information, in sufficient detail to allow for analysis that will be utilized to establish the reasonableness of the proposed prices. The Offeror's price proposal shall consist of the following sections: C.1 Supporting Documentation a. Price Proposal - The Offeror shall submit a price proposal fully supported by cost information adequate to determine the reasonableness of labor hours proposed, to evaluate whether the proposed costs are consistent with the technical proposal and level of effort anticipated. b. Hourly Rates - The Offeror shall propose fixed loaded hourly labor rates for each labor category proposed. For each fixed loaded hourly rate, the Offeror shall identify the unloaded rate, fringe benefit rate, overhead rate, G&A rate and the amount of profit applied to each labor category. Unloaded rates shall be supported by leave and earnings statements and/or salary rate schedules. The Offeror shall indicate how category averages (if applicable), indirect costs and profit have been computed and applied. A copy of the Offeror's current indirect rate agreement with its cognizant audit agency must be included, if available. C.2 Estimated Level of Effort The Government anticipates that the following labor categories and estimated level of effort will be required for each contract period of performance (base and each option): Labor Category Estimated Level of Effort (hours) Technical Writer 300 III. Evaluation Criteria: Addendum to FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) All proposals will be evaluated to determine the Offeror's ability to complete all of the requirements necessary for successful performance under the contract. A proposal which merely paraphrases the requirements stated in Section C will be ineligible for award. In addition, a proposal that addresses only a part of the requirements will be considered unresponsive to the solicitation and unacceptable for award. Proposals should show that the requirements stated in Section C of the solicitation are understood and offer a logical approach for their achievement. A. Technical Proposal Evaluation The technical evaluation will be based on the completeness and thoroughness of the proposal submitted. The following technical criteria will be used to evaluate the proposal: A.1 Understanding of the Requirement (50%) The Offeror's proposal demonstrates a sound and thorough understanding of the requirement. The proposal demonstrates the Offeror's grasp of the difficulties and problems involved in performing the tasks of the statement of work. A.2 Technical Approach (35%) The Offeror's proposal thoroughly describes the proposed technical approach for accomplishing the tasks set forth in the statement of work. The technical approach is sound. The proposal demonstrates the technical merit and appropriateness of the Offeror's proposed techniques, processes and tests. A.3 Experience in Performing Similar Work (15%) The Offeror's proposal documents experience in successfully performing similar work. It also demonstrates experience performing the work in an Inspector General or equivalent environment. A.4 Past Performance (Acceptable/Unacceptable) If a proposal is found technically acceptable, past performance will be evaluated. The past performance evaluation will be based on information obtained from references provided by the Offeror, as well as other relevant past performance information obtained from other sources known to the Government. B. Price Proposal Evaluation The Government will evaluate the Offeror's prices for price reasonableness and price completeness/accuracy. Price analysis will be done on a "total price" basis. Price proposals will be evaluated and compared to overall technical scores subsequent to the technical evaluation according to best-value principles. C. Basis of Award An award will be made to the responsible offeror whose proposal provides the best value to the Government. When combined, all evaluation factors other than price will be considered more important than price. If there are no significant technical differences among offerors and they are determined "technically equal", price will be the determining factor for selection. The Government will evaluate offers for award purposes by adding the total price of the base period and all options. 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). We reserve the right to award the contract to other than the lowest priced offeror if, in our judgment, the technical superiority of their offer outweighs any price difference. We also reserve the right to award the contract to other than the offeror with the highest ranked technical proposal if, in our judgment, the potential price savings offset a difference in technical qualifications. Additionally, we may: (1) Reject any and all offers; (2) Accept other than the lowest priced proposal; and (3) Waive information and minor irregularities in offers received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/11-233-SOL-00655/listing.html)
 
Record
SN02553562-W 20110831/110829235419-25b1c91cfc9041d5b0e7d1e3e206c441 (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.