Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
DOCUMENT

R -- Human Resources Consultant services - Attachment

Notice Date
3/15/2012
 
Notice Type
Attachment
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26212R0570
 
Response Due
3/20/2012
 
Archive Date
4/19/2012
 
Point of Contact
Monica Griffin
 
E-Mail Address
6-2232<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1.The solicitation number is VA-262-12-R-0570 and is issued as a Request for Proposal (RFP). 2. The provisions and clauses are incorporated through FAC 2005-56, effective March 2, 2012. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). 3. This solicitation is issued as small business set aside. The North American Industry Classification System (NAICS) code is 54612, and the size standard is 7 million dollars. 4. This requirement consists of one (1) line item: a.Consultant services 790 hours. 5. DESCRIPTION: a.The VA San Diego Healthcare System (VASDHS) has a requirement for a system design consultant. The purpose of this contract is based upon the strategic initiatives requiring improvement of systems in order to "shape demand," "match supply and demand," and "redesign the systems to increase supply." The Systems Redesign consultant will work with the administrative services to identify where efficiencies can be gained and to implement timely improvements. b.Contractor shall provide all labor, equipment, supplies, and services. Through advisory guidance and assistance, aformentioned shall be able to improve the overall business process practices and increase the overall productivity and efficiency. Through systems redesign the VASDHS will be able to increase the efficiency of current operating systems and define a measurable decrease in application processing and current customer wait times. Services shall produce outcomes that shall enhance efficiency and improve customer service throughout the facility to the clinical service which they support. Upon completion of the contract, the Executive Leadership Team (ELT) and Service Chiefs will be able to demonstrate measurable outcomes achieved as a result of process improvements and implement corrective actions. All data gathered by the contractors' program evaluation will be used to gain a better understanding of the Service's needs. The contractor will also use the FY 2011 and FY 2012 Performance Measures. VA directives as a guideline for providing systems-oriented improvement techniques. c.TASKS -The VASDHS has a requirement for advisory and assistance services, which includes management and professional studies, analyses and evaluations, and support. The contractor shall independently, and not as an agent of the government, perform the following tasks: 1.Provide advice and support to the ELT and Service Chiefs regarding workforce planning. 2.Develop training and provide technical assistance in support of workforce development. 3.Make recommendations on business-process improvements through submission of evaluations, analytical data reports and/or briefings. 4.Evaluate the skills of the existing workforce, make recommendations and provide technical assistance on how to adequately reorganize and/or re-staff the office. 5.Make recommendations on alternative solutions to complex issues related to the efficient delivery of healthcare support systems. 6.Provide technical support to the operation of managerial software related systems. 7.Provide recommendations to ELT and middle management regarding improvement in the areas of hiring of qualified staff within 30 days. 8.Guide the service chiefs through "flow mapping" of any process that needs to be evaluated for improvement within the scope of Services Redesign. As of yet, not all areas have been identified. a.Provide recommendations for improving the resolution of customer complaints. Provide recommendations for programs that will assist in ensuring a respectful environment that contributes to employee morale and satisfaction. b.Provide recommendations and assist in the implementation of a system that communicates organizational expectations and standards of conduct and holds supervisors and employees accountable for performance and behavior as well as holds managers accountable for the effectiveness, productivity and performance quality of subordinate employees. 9.Work directly with HR to meet all associated FY2011 Performance Measures. a.Hiring those with disabilities b.Improving HR to Staff Ratio c.Improving timely recruitment of all T-38, HT-38 and T-5 external hires with significant demonstrable progress in meeting the 30 day hiring model. d.REQUIREMENTS This contract requires an understanding of federal human resources, nutrition and food, engineering, and logistics systems, specifically those located within the Executive branch of government with the ability to understand the various services which comprise a complex, federally funded healthcare delivery system. The contractor must be able to begin the program evaluation without any training by the government. The contractor must have knowledge and proven experience in the area of systems redesign. This project deals extensively with: Human Resource process including Title 5, Hybrid Title 38, and Title 38 recruitment, retention, and processing; Nutrition and Food service food service systems evaluation/operational process redesign including food service equipment evaluation, all Engineering Service administrative systems redesign work including work order and local construction projects, and systems redesign work in inventory management and supply delivery of a logistics service. e.QUALIFICATION OF PERSONNEL Personnel provided by the contractor shall have extensive experience in Human Resources management, food service systems management, administrative systems management, manpower management, organizational analysis, and workforce planning, systems redesign and shall: 1.At a minimum have a Bachelor's degree. A Master's degree is preferred. 2.Senior, executive level experience in food service systems is preferred. 3.Be proficient in computer software programs such as Microsoft Word, PowerPoint and Excel, with the ability to use VistA (or have the capability of learning this proprietary software). 4.Have the ability to organize work and function independently. 5.Have the ability to create long-term strategies while addressing short-term concerns. 6.Have the ability to independently evaluate programs and conduct cost/benefit analysis. 7.Have the ability to communicate verbally and in writing, with good communication skills and the ability to relate to staff members. 8.Have significant experience independently developing detailed reports. 9.Have experience in systems redesign within the federal government. 10.Have experience working with and implementing change concepts for Lean Improvement Model and leading and implementing process improvement initiatives. 11.Be able to demonstrate positive operations outcomes as a result of applying and implementing Systems Redesign/Lean Management principles. a.Concepts in Understanding Lean Improvement Principles b.Team/Aim - problem definition and goals c.MAP - use of process maps d.Measure - baseline current systems and processes e.Change - use of Lean tools and PDSA cycle f.Sustain - process control strategy 12.Have experience working in a hospital or medical center type setting 13.Have significant senior level managerial experience, including leading workgroups and committees 14.Have experience designing and conducting training to all levels of the organization. 6.DATES AND PLACE OF DELIVERY: a)The ANTICIPATED period of performance shall be April 1, 2012 through September 15, 2012. b)HOURS OF OPERATION Contractor shall perform services eight hours per day, two days per week during normal business hours, from 7:30 a.m. to 4:00 p.m. The Contractor is not required to provide services on the following National Holidays nor shall the Contractor be paid for these holidays: HolidayDateMonth New Year's Day1January Martin Luther King's BirthdayThird MondayJanuary President's DayThird MondayFebruary Memorial DayLast MondayMay Independence Day4July Labor DayFirst MondaySeptember Columbus DaySecond MondayOctober Veterans Day11November Thanksgiving DayFourth ThursdayNovember Christmas Day25December When a National Holiday falls on a Sunday, the following Monday shall be observed as a National Holiday. When a National Holiday falls on a Saturday, the proceeding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any other day specifically declared by the President of the United States of America to be a National Holiday. c)DELIVERY Contractor shall provide all project schedules, analysis, reports, and documentation generated from work performed under this statement of work in printed hard copy and electronic form. Electronic submission of reports shall be on CD-ROM. The Contractor may transmit reports electronically via electronic mail in lieu of the CD method. The Contracting Officer Technical Representative (COTR) has discretion to suspend the requirement for hard copies of progress reports when electronic mail submission alone provides effective and reliable results. The Contractor shall take notes of conference calls and/or meetings. Copies of these notes shall be filed in areas accessible to the COTR. Legible handwritten notes are acceptable. Any important issues shall be included on following reports. The Contractor shall notify the COTR if problems arise adversely impacting the performance of the contract. The COTR serves as the primary point of contract for the Contractor. The Contractor shall deliver services and products described in this section by performing the required work specified by this statement of work. These include software, documents, and various services. The Contractor shall supply all training materials at no additional cost to the Government. d)REPORTING QUARTERLY The Contractor shall provide quarterly written progress reports to the COTR. Progress reports shall contain a brief summary of efforts, accomplishments, problems and action plans, test results and plans for HRMS, NFS and Engineering Service for the next quarter. The progress report shall state the following: a)Services provided by the contractor during the quarter b)Training which the contractor has conducted c)Results of program evaluations conducted d)Evaluations of progress based upon historical data. The Contractor shall provide reports on the contractor's interpretation of Human Resource practices as prescribed by the Office of Personnel Management and the following: i.Progress report on the status of the program evaluation being conducted. ii.Recommendations for Systems Improvement and Redesign iii.A comprehensive accounting of all areas within the system which have been identified by the contractor as in need of improvement based upon the contractor's expert judgment. Reports may be submitted up to one week prior to the due date. Quarterly reports submitted after the 15th of the month must be approved by the COTR. The COTR shall send an electronic receipt of the quarterly report. This will serve as documentation that the contractor has provided the government with services per the contract. The contractor will annotate all employees who were provided training through this contract. The contractor will list these employees within the quarterly reports and submit their names to the COTR. The Contractor shall deliver quarterly reports via electronic mail. e)MONTHLY The Contractor shall provide monthly training reports, which encompass the scope of training that has been provided to government staff as well as a brief summary of the evaluation process. The Contractor shall provide all project schedule changes on a monthly basis. Monthly reports will be due on the 15th of each month and will be waived when the quarterly report is due in the same month. The Contractor shall deliver monthly reports via electronic mail. f)GOVERNMENT-FURNISHED PROPERTY The Government will provide contractor personnel with an office environment typically provided to Government personnel. The office will include a workstation, facsimile, telephone, and computer with access to the Internet and local area network (LAN). The Government will provide contractor personnel with an identification badge and other access materials to permit entry into the designated place of work and into pertinent offices and desks as required. Prominent display of the ID badge is mandatory during work hours. Additional equipment will only be provided at the discretion of the Government. The COTR shall provide the Contractor with copies of documents and other information needed in the performance of this contract. The Contractor shall request other government documentation deemed pertinent to the performance of this contract. The Contractor shall consider the COTR as the final source for needed government documentation when the Contractor fails to secure the documents by other means. g)PLACE OF PERFORMANCE The Contractor will perform all requirements of the contract within the VASDHS located at 3350 La Jolla Village Drive, San Diego, California 92161. h)SECURITY/BACKGROUND INVESTIGATION REQUIREMENTS CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. IAW VA 0710 Handbook, appointees and contract personnel appointed to Low/Moderate/High Risk positions must be subjects of a background investigation conducted by OPM and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. Should the contract require Contractor's personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor's personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. The cost for such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basis of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: LEVEL OF SENSITIVITYBACKGROUND INVESTIGATION LEVELAPPROXIMATE COST Low RiskNational Agency Check with Written Inquiries$ 231.00 Moderate RiskMinimum Background Investigation$ 825.00 High RiskBackground Investigation$3465.00 The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of the Contractor's personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for contract personnel assigned to Low Risk/Nonsensitive positions for 180 days or less under a single contract or series of contracts. However, a Security Access Clearance (SAC) background screening will be required for appropriate preliminary checks IAW VA Directive 0710. 6.PRICING: a.Contractor should submit pricing to reflect the amount of hours listed. 7. PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (JAN 2011). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011); 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.216-18 Ordering (Oct 1995) VAAR 852.203-70 Commercial Advertising, VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.246-70 Guarantee, VAAR 852.273-76 Electronic Invoice Submission. 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-2 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, Past Performance, and Price Technical and past performance, when combined, are significantly more important than cost or price. 1)Technical "Qualification of Personnel - The Government will examine the resumes submitted in response to the solicitation. In evaluating the potential personnel submitted, the Government will consider their education (type and level). Provide a copy of educational and / or experience qualifications for staff that will perform the work of this contract. "Experience - The Government will examine the resumes submitted in response to the solicitation. In evaluating the potential personnel submitted, the Government will consider their experience, relevance to the work, and how recent the experience that will be required under the prospective contract. "Execution Concept - The Government will examine the offeror's execution concept in order to determine the understanding of this project and the feasibility of the potential execution plan. "Quality Control Plan - The Government will examine the quality control plan to determine how well it demonstrates the offeror's ability to mitigate potential risks and ensure customer satisfaction and the proper level of service and quality. "Systems Redesign Expertise - i.Demonstrate through a brief synopsis that offeror has knowledge and experience in successfully applying systems redesign tools and techniques within in a VHA healthcare facility. ii.Demonstrate through a brief synopsis that offeror has expertise in applying Systems Redesign tools and techniques in an administrative setting or health care support service, specifically in Human Resources, Engineering or Facilities Management, and Food and Nutrition Service. iii.Demonstrate through a brief synopsis that offeror has knowledge and experience acquired in a level 1A tertiary care VHA facility with a research mission and close affiliation with medical and nursing schools/universities. 2)Past Performance The contractor shall identify three (3) VA or other Federal, State or Local Government customers for whom they have provided services as described in this solicitation at any time. If less than three (3) have been contracted, submit commercial customers within the past three years, making a total of three (3) references. The contractor will be rated based on information received in response to the Past Performance Survey. The Government may also seek present and past performance information through use of data independently obtained from other government and commercial sources. In evaluating past performance information, the following areas shall be considered: the currency and relevancy of the information, source of the information, context of the information, and general trends in the offeror's performance. 3)Price Price will not be scored. Price data shall be evaluated to determine completeness, realism, and reasonableness. The Government will consider the value of each proposal in terms of the merit offered for the price and may select other than the lowest price, acceptable offer if it is determined that the non-price factors evaluation is worth the additional price in relation to other proposals received. This tradeoff process may be in the best interest of the Government. (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. iii.52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Oct 1995), 52.204-10 Reporting Executive Compensation & First-Tier Subcontracts Awards (Jul 2010), 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment (Dec 2010); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); 52.219-28 (Post Award Small Business Program Rerepresentation (April 2009), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (March 2007), 52.222-35 Equal Opportunity for Veterans (Sept 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37 Employment Reports on Veterans (Sept 2010), 52.222-41 Service Contract Act of 1965 (Nov 2007), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999). iv.The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. 7. RESPONSES ARE DUE: Tuesday, March 20, 2012 by 12 Noon Pacific Standard Time (PST). Only electronic offers will be accepted; submit quotation to: monica.griffin@va.gov. Primary Point of Contact: Monica Griffin Contracting Officer Monica.Griffin@va.gov 562-766-2232 SCHEDULE OF SERVICES and PRICE/COSTS BASE Period: April 1, 2012 through September 15, 2012 Item DESCRIPTION QTY UNITUNIT PRICE TOTAL 1 Human Resources Consultant 790 HRS $ $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26212R0570/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-12-R-0570 VA262-12-R-0570.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=308115&FileName=VA262-12-R-0570-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=308115&FileName=VA262-12-R-0570-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA San Diego Healthcare System;3350 LaJolla Drive;San Diego, CA
Zip Code: 92161
 
Record
SN02698120-W 20120317/120315235436-0116de227da64c349a84ee3ccd40338f (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.