Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

R -- Vocational Counselor - SF-18

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
14-250-SOL-00152
 
Archive Date
8/15/2014
 
Point of Contact
Timothy J Corrigan, Phone: 3014435587
 
E-Mail Address
tcorrigan@hrsa.gov
(tcorrigan@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-18 The Health Resources and Services Administration (HRSA) is contemplating issuance of a Blanket Purchase Agreement (BPA) pursuant to Federal Acquisition Regulations (FAR), Part 13.5. The Government will have the option to issue firm fixed price and time and materials type call orders under the BPA. The purpose of this procurement is to purchase vocational counselor services. The anticipated period performance is one (1) 12 month base period from date of award and four (4) 12 month option periods. The North American Industry Classification System (NAICS) for this requirement is 541990, All Other Professional, Scientific, and Technical Services. 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 solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular (FAC) 2005-74. This is a 100% Small Business set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990, All Other Professional, Scientific, and Technical Services with a small business size standard of $14.0 M. PRICE QUOTE INSTRUCTIONS The Offeror's Price Quote shall consist of the following sections: 1. Standard Form 18, Request for Quotations The contractor must complete the following Blocks: BLOCK 8 State the Name and Address of your organization. BLOCK 11 Enter the organization's Tax ID Number or Federal Identification Number; Enter the organization's DUNS (Digital Universal Numbering System) number. This information can be obtained from your accounting office; however, if your organization does not have a DUNS number, please call Duns & Bradstreet at 1-800-333- 0505 to obtain a DUNS number. BLOCK 13 State the name and address of the individual providing the price Quote. BLOCK 14 Signature of the person authorized to commit your organization to the contract. BLOCK 16 Print or type the name and title of the person authorized to commit your organization to the contract. PRICE QUOTE SUPPORTING DOCUMENTATION The Offeror shall provide the following pricing chart in for a Base Period and four (4) Option Periods. Labor categories and hourly rates shall be submitted as follows. Please provide and indicate proposed discounts. Base Period Labor Category Hourly Rate: Option Period I Labor Category Hourly Rate: Option Period II Labor Category Hourly Rate: Option Period III Labor Category Hourly Rate" Option Period IV Labor Category Hourly Rate The Offeror shall submit a price quote that is fully supported by cost and pricing data, in sufficient detail to allow for cost analysis that will be utilized to establish the reasonableness of the proposed costs. Statement of Work Countermeasures Injury Compensation System (CICP) Vocational Counselor Blanket Purchase Agreement (BPA) I. BACKGROUND The Countermeasures Injury Compensation Program (CICP or the Program) within the Health Resources and Services Administration's (HRSA), Healthcare Systems Bureau administers the compensation program specified by the Public Readiness and Emergency Preparedness Act (PREP Act) of 2005. The PREP Act authorizes compensation to individuals thought to be seriously injured by countermeasures such as vaccines, drugs, biologics, or medical devices defined in PREP Act declarations that are administered or used for pandemic, epidemic, or security threats pursuant to section 319 F-3(b) of the Public Health Service Act (PHS Act) (42 U.S.C. 247 d-6 d). Declarations issued by the Secretary of the Department of Health and Human Services (DHHS) specify the categories of health threats or conditions for which countermeasures are recommended, the time period that liability protections are in effect, the population of individuals protected, and the geographic areas for which the protections are in effect. II. PURPOSE The contractor shall provide all labor and materials to provide detailed vocational assessments for individuals who are temporarily or permanently unable to work as a result of the use or administration of any covered countermeasure(s). III. PERIOD OF PERFORMANCE The BPA shall have one (1) 12-month base period and four (4) 12 month option periods. The primary place of performance will be the contractor's facility. IV. SPECIFIC TASKS The contractor shall provide all labor and materials to accomplish the specific tasks listed. TASK 1: Obtain and review the case files, which include the request for benefits package, medical records, and other relevant documentation. TASK 2: Notify the assigned CICP Medical Reviewer (MR) and the COR of the need for any additional or missing information, and the need to meet with the injured party in person. With the COR's prior approval, travel to visit the injured party to obtain needed information to develop the vocational assessment. TASK 3: Consult on the case with the MR and the assigned Life Care Planner. TASK 4: Determine the appropriate methodologies to be used to create a rehabilitation/vocational plan, based on case information and industry standards for best practice. TASK 5: Conduct an evaluation of the injured person's education, training, work history, interests, skills, personality traits, current and future disability. TASK 6: Develop an assessment of the injured person's strengths and limitations, and recommendations to help acquire appropriate job skills for employment. TASK 7: Provide a written draft rehabilitation/vocational plan to the MR by the due date specified in the BPA Call Order. The plan shall include: • The evaluation of the injured person's education, training, work history, interests, skills, personality traits, current and future disability; • The assessment of the injured person's strengths and limitations, and recommendations to help acquire appropriate job skills for employment; • A discussion of the methodologies employed and the synthesis and interpretation of the gathered information. TASK 8: Provide a written final rehabilitation/vocational plan to the MR and COR by the due date specified in the BPA Call Order. The final report shall include copies of all pertinent reference materials utilized for the report. TASK 9: Return, shred, or destroy all records within (2) days after COR approval of Final Report TASK 10: Comply with the following requirements regarding protection of Personally Identifiable Information (PII) and Personal Health Information (PHI): • PII/PHI, or other sensitive information, shall not be shared with third-parties, unless given advanced written permission from the COR. • PII/PHI shall not be stored on removable/portable computing devices (e.g., laptops, thumb drives, PDAs) or transmitted via email unless encrypted with a FIPS 140-2 compliant encryption solution approved in advance by the COR. • PII/PHI shall not be stored on personal computing devices. • Personal computing devices shall have antivirus software with the latest updates and anti-spyware and personal firewalls installed and enabled • Actual or potential security violations and privacy breaches shall be reported to the COR within one (1) hour of occurrence. V. SCHEDULE OF DELIVERABLES The Contract Work Item references the requirements identified in the Statement of Work. The format of the deliverables will be specified in the BPA Call Order. This is a sample of the deliverables that will be required for each BPA Call. The deliverables will be identified on each individual call order. DELIVERABLES 1 Draft rehabilitation/vocational plan A draft rehabilitation/vocational plan in accordance with Section IV, Task 4 One Due date will be specified in the BPA Call Order 2 Final rehabilitation/vocational plan A Final rehabilitation/ vocational plan in accordance with Section IV, Task 5 One Due Date will specified in the BPA Call Order 3 Participation in Case Discussions Participation in case discussions in accordance with Section IV, Task 3 As specified in the BPA Call Order FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014), APPLIES TO THIS ACQUISITION AND ADDENDA TO THIS PROVISION ARE INCLUDED. INSTRUCTIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS General Instructions A. To facilitate the evaluations, two (2) volumes title technical quote and price quote shall be submitted separately and clearly labeled. Each of these parts shall be separate and complete in itself so that the evaluation of one may be accomplished independently of the evaluation of the other. Volume I-Technical Quote must not contain references to price; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc., must be contained in the Technical Quote so that your understanding of the statement of objectives may be evaluated. It must disclose your approach in sufficient detail to provide a clear and concise presentation that includes the requirements of the proposal instructions. Volume I must include a statement indicating whether any exceptions are taken to the terms and conditions of the request for quotation (RFQ) as part of the transmittal letter. Any exceptions must include identification of the specific paragraphs and rationale for each exception. Exceptions shall also be noted in the quote at the location of the exception. Volume Title I Technical Quote II Price Quote B. Technical Quotes shall be single spaced and shall be printed on 8.5 x 11 inch paper containing text no smaller than font size 12 - Times New Roman. Each page shall be numbered and each volume shall be tabbed to correspond to the table of contents. Offerors may include 11 x 17 inch foldouts only to display graphics, flow charts, organizational charts, or drawings. C. Where data/information appears in one part, it does not have to be repeated in any other part. However, it shall be cross referenced by indicating the specific location including the volume and page number as a minimum. The clarity, relevance, and conciseness of the proposal is important, not the length. D. The quote must be signed by an official authorized to bind your organization. Please submit one (1) original quote in Adobe PDF format to the following e-mail address: Tim Corrigan tcorrigan@hrsa.gov E. The RFQ does not commit the Government to pay any cost for the preparation and submission of a quote. 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. Technical Quote Instructions To facilitate the technical quote evaluation, the offeror shall submit as part of the RFQ, a separate enclosure entitles, "Technical Quote." The data and information should be keyed to each paragraph of the Technical Quote requirements as outlined below. 1. Understanding the Project 2. Technical Approach 3. Personnel 4. Organizational Experience 5. Past Performance EVALUATION Award Criteria The technical quote will receive significant consideration in the selection of the contractor for this acquisition. In the event that the technical evaluation reveals that two (2) or more offers are approximately equal in technical ability, then the price quote will become significant. In any event, the Government reserves the right to make an award to the best advantage of the Government, cost, and other factors considered. Selection of Offerors 1. The acceptability or unacceptability of the technical quote will be based upon a technical evaluation. Each quote will be evaluated in strict conformity with the RFQ, utilizing point scores and written critiques. 2. The Government reserves the right to make an award without further discussion of the quotes received. Therefore, it is important that your quote be submitted initially on the most favorable terms from both the technical and cost standpoints. 3. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. In addition, the RFQ may be amended if determined to be in the best interest of the Government. Evaluation Criteria Weights The evaluation will be based on the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFQ. The following criteria are those that will be applied in the evaluation of your technical quote. The proposal will be evaluated using the following criteria and weights. Evaluation Criteria Points Understanding of the Project 20 Technical Approach 30 Personnel 25 Organizational Experience 20 Past Performance 5 Total 100 EVALUATION CRITERIA I. Understanding the Project (20 points) a. The Offeror shall explain in its own words and in detail its understanding of the requirements. b. The Offeror's proposal shall be written in a comprehensive, uniform, and grammatically accurate manner. II. Technical Approach (30 points) a. The proposal shall fully describe the proposed technical approach to meet each of the tasks specified in the statement of work. This should include all tasks and their respective subtasks including a discussion of any anticipated major problem areas together with potential approaches to their solution. III. Personnel (25 points) a. The Offeror shall indicate the names, educational preparation, number of years of experience, and types of professional experience of contractor personnel that will be working on this contract. Resumes for all personnel must be submitted and shall indicate the labor categories/positions which persons within the organization will occupy for this project along with their key functions. The Offeror should delineate the staff's competence and demonstrated experience in the skills necessary for the requirements in this Statement of Work. Vocational counselors assigned to work on this contract must have a current certification by the Commission on Rehabilitation Counselor Certification and evidence of two years (2) of rehabilitation counseling experience within the past 5 years. The Offeror shall submit a project work plan, time schedule, and person loading matrix including all work to be performed and deliverables. b. The Offeror shall demonstrate that contractor personnel performing on this contract have a minimum of three (3) years of experience conducting vocational counseling and developing vocational assessments. c. The Offeror shall demonstrate the organization's experience in successfully managing contracts involving vocational counseling services. IV. Organizational Experience (20 points) a. The Offeror shall demonstrate the organization's experience in successfully managing contracts involving vocational counseling and assessment services. The Offeror shall provide a list and description of at least three (3) projects within the past three (3) years of contractor experience with similar projects. Include name, current phone numbers, mailing address, and email address of the person who will verify this experience, the number of projects, complexity, workload, and dollar amount/contract value. V. Past Performance (5) The Offeror shall be responsible for requesting three (3) written professional references to submit to the Contract Specialist. The contractor shall not submit more than three (3) references. The Government reserves the right to obtain past performance information from any source. The Offeror's past performance will be evaluated in conjunction with the technical review. The overall total score for the past performance rating for each Offeror will be determined by calculating the average of the surveys received. The overall total score will be rounded to the nearest whole number to assign an appropriate adjectival rating (0 = Unsatisfactory, 1 = Poor, 2 = Fair, 3 = Good, 4 = Excellent, 5 = Outstanding).The elements being rated are as follows: i. Quality of Product or Service Unsatisfactory- Non-conformances is jeopardizing the achievement of contract requirements, despite use of Agency resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in consideration for future awards containing similar requirements. Poor - Overall compliance requires significant Agency resources to ensure achievement of contract requirements. Fair - Overall compliance requires minor Agency resources to ensure achievement of contract requirements. Good - There are no, or very minimal, quality problems, and the Contractor has met the contract requirements. Excellent - There are no quality issues, and the Contractor has substantially exceeded the contract performance requirements without commensurate additional costs to the Government. Outstanding - The contractor has demonstrated an outstanding performance level that was significantly in excess of anticipated achievements and is commendable as an example for others, so that it justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where contractor performance clearly exceeds the performance levels described as "Excellent". ii. Cost Control Unsatisfactory - Ability to manage cost issues is jeopardizing performance of contract requirements, despite use of Agency resources. Recovery is not likely. If performance cannot be substantially corrected, this level of ability to manage cost issues constitutes a significant impediment in consideration for future awards. Poor - Ability to manage cost issues requires significant Agency resources to ensure achievement of contract requirements. Fair - Ability to control cost issues requires minor Agency resources to ensure achievement of contract requirements. Good - There are no, or very minimal, cost management issues and the Contractor has met the contract requirements. Excellent - There are no cost management issues and the Contractor has exceeded the contract requirements, achieving cost savings to the Government. Outstanding - The contractor has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where the contractor achieved cost savings and performance clearly exceeds the performance levels described as "Excellent". iii. Timeliness of Performance Unsatisfactory-Delays are jeopardizing the achievement of contract requirements, despite use of Agency resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in consideration for future awards. Poor-Delays require significant Agency resources to ensure achievement of contract requirements. Fair-Delays require minor Agency resources to ensure achievement of contract requirements. Good-There are no, or minimal, delays that impact achievement of contract requirements. Excellent-There are no delays and the contractor has exceeded the agreed upon time schedule. Outstanding-The contractor has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where contractor performance clearly exceeds the performance levels described as "Excellent". iv. Business Relations Unsatisfactory-Response to inquiries and/or technical, service, administrative issues is not effective. If not substantially mitigated or corrected it should constitute a significant impediment in considerations for future awards. Poor - Response to inquiries and/or technical, service, administrative issues is marginally effective. Fair-Response to inquiries and/or technical, service, administrative issues is somewhat effective. Good-Response to inquiries and/or technical, service, administrative issues is consistently effective. Excellent-Response to inquiries and/or technical, service, administrative issues exceeds Government expectation. Outstanding-The contractor has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where contractor performance clearly exceeds the performance levels described as "Excellent". All offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014), with its offer. FAR 52.212-4 (Alternate I MAY 2014) Contract Terms and Conditions-Commercial Items (MAY 2014) applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2014) applies to the contract and including the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (Oct 1995) FAR 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) FAR 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) FAR 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (JUL 2013) FAR 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26, Equal Opportunity (MAR 2007) FAR 52.222-35, Equal Opportunity for Veterans (SEP 2010) FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-37, Employment Reports on Veterans (SEP 2010) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) -This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at www.acquisition.gov/far. Clause No. Title Date 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or MAY 2014 Improper Activity 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity MAY 2014 52.203-12 Limitation on Payments to Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System For Award Management JUL 2013 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-6 Protecting the Government's Interest When Subcontracting with AUG 2013 Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification AUG 2013 52.223-6 Drug-Free Workplace MAY 2001 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities DEC 2012 or Transactions Relating to Iran-Representation and Certifications 52.227-1 Authorization and Consent DEC 2007 52.227-14 Rights in Data-General DEC 2007 52.227-17 Rights in Data-Special Works 52.232-1 Payments APR 1984 52.232-8 Discounts for Prompt Payment FEB 2002 52.232-17 Interest MAY 2014 52.232-23 Assignment of Claims MAY 2014 52.232-25 Prompt Payment JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.233-2 Service of Protest SEPT 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity of Services JAN 1991 52.242-17 Government Delay of Work APR 1984 52.243-1 Changes-Fixed Price AUG 1987 52.246-4 Inspection of Services - Fixed-Price AUG 1996 52.246-25 Limitation of Liability-Services FEB 1997 52.249-2 Termination for Convenience of the Government (Fixed-Price) APR 2012 52.249-8 Default (Fixed-Price Supply and Service) APR 1984 52.253-1 Computer Generated Forms JAN 1991 FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) day. (End of clause) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one (1) day provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) BPA TERMS, CONDITIONS, SERVICE AND SPECIAL REQUIREMENTS 1. Printing and Duplicating The printing of government documents must be accomplished through the Government Printing Office or its field printing plants, unless otherwise approved by the Congressional Joint Committee on Printing (JCP). Contractors and grantees are not intended to be prime or substantial sources of printing for government agencies. Contractors may prepare copy, illustrative material (forms, etc.) and/or camera ready documents for the purpose of producing publications. Unless otherwise specified in this contract, the Contractor shall not engage in, nor subcontract for, any printing (as that term is defined in Title I of the Government Printing and Binding Regulations in effect on the effective date of this contract) in connection with the performance of work under this contract; except that performance of a requirement under this contract involving the reproduction of less than 5,000 production units of any one page, or less than 25,000 production units in the aggregate of multiple pages will not be deemed to be printing. A production unit is defined as one sheet, size 82 by 11 inches, one side only, and one color. Regarding the use of private funds for printing, the regulations state that when appropriated funds are used to create information for publication, the printing of that information cannot be made available to a private publisher for publication without prior approval of the JCP. 2. Clearance/Production of Information Products and Services A. The Department of Health and Human Services (HHS), Office of the Assistant Secretary for Public Affairs (OASPA) requires clearance for any external publication, audiovisual, exhibit, or public affairs service produced for or by HRSA through this contract as a deliverable (an external publication is one of which 50 copies or more are to distributed outside HHS). The Project Officer through HRSA's Office of Communications obtains this clearance, which takes approximately four (4) weeks. B. Individual printed products and/or electronic communication products produced under this contract shall be submitted to HRSA/OC and OASPA for individual clearance. All material and products posted on organ donor.gov or other HRSA Web sites must meet HHS Web standards and 508 compliance. It is the policy of HHS and HRSA that HHS must be prominently and dominantly identified as the primary publisher/producer, to include use of the HHS logo, on all communication materials, including those produced by Contractors (This requirement may be satisfied by displaying the HHS logo on the back cover of a publication). HRSA must be displayed in a position of prominence second only to HHS as the identifier on all communication materials produced on behalf of HRSA, whether by Agency staff, Contractors, or other entities. Communication materials are any and all documents and presentations intended for audiences outside the Agency, including but not limited to: • fact sheets, newsletters, brochures, flyers • press releases, advisories, other media materials • exhibits, posters • summaries, monographs, proceedings • slides, overhead transparencies, posters • audio and videotapes, films • Internet publications Internal Publications (not more than 50 copies are to be distributed outside HHS) are excepted from this requirement. Only the HHS and HRSA logo may be used, if appropriate. C. Title 44 of the U.S. Code requires that the Government Printing Office shall do the printing of any publication developed under this contract. Printing shall be coordinated through the Project Officer. OMB clearance must be obtain if you intend to survey orinterview more than 9 people outside of HRSA and/or the Department, including grantees. 3. Language Disclaimer The views expressed in write conference materials or publications and by speakers and moderators at HHS-sponsored conferences, do not necessarily reflect the official policies of the Department of Health and Human Services; nor does mention of trade names, commercial practices or organizations imply endorsement by the U.S. Government. NOTE: Failure on the part of the contractor to comply with the printing and duplicating, and publication clearance requirements stated above will be deemed unauthorized services and reimbursement will be denied. 4. Rights in Data The Contractor will be prohibited from publishing or disseminating information resulting from work performed under this contract, and/or, using data produced or obtained under this contract, and/or any other information or products provided by the Government, or which the Contractor develops, for any purpose other than performance under this contract without prior written approval from the Project Officer. Ownership of Documents, Materials and Records: All documents, materials or records provided to the Contractor, developed or maintained by the Contractor in the performance of this contract are deemed to be property of the Government. 5. Security Requirements The Contractor providing the technical support to OIT, agrees to comply with the applicable AIS security requirements. The Contractor agrees to establish and follow security precautions considered by OIT to be necessary (which are subject to change during the contract) to ensure proper and confidential handling of data and information. This information is more specifically addressed in the HHS Information Security Program Policy. 6. Disclosure of Information Information made available to the contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. The contractor agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each contractor or employee of the contractor to whom information may be made available or disclosed shall be notified in writing by the contractor that such information may be disclosed only for a purpose and to the extent authorized herein. 7. Limited Use of Data Performance of this effort may require the contractor to access and use data and information proprietary to a Government agency or Government contractor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. Contractor and/or contractor personnel shall not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorize Government personnel or upon written approval of the Contracting Officer (CO). The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the contractor without such limitations or prohibit an agreement at no cost to the Government between the contractor and the data owner which provides for greater rights to the Contractor. 8. Acceptance All reports, processes, and product deliverables are subject to approval by the COR. If any of the services performed do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, for no additional fee. When the defects in services cannot be corrected by performance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce any fee payable under the contract to reflect the reduced value of the services performed. 9. Equipment HRSA does not intend to provide funds for the purchase or lease of any equipment. 10. Section 508 Compliance Pursuant to Section 508 of the Rehabilitation Act of 1973 (19 U.S.C. 794d), all Electronic and Information Technology developed, procured, maintained and/or used under this contract shall be in compliance with the "Electronic Information Technology Accessibility Standards" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. HHS Policy for Section 508, Electronic and Information Technology (E&IT) (January 2005) may be found at http://www.hhs.gov/od/Final_Section_508_policy.html The Contractor shall indicate for each line item in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. Further, the proposal must indicate where full details of compliance can be found (e.g., vendor's website or other exact location). Regardless of format, all Web content or communications materials produced for publication on or delivery via HHS Web sites - including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members of the public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors1) or consultants responsible for preparing or posting content intended for use on an HHS-funded or HHS-managed Web site must comply with applicable Section 508 accessibility standards, and where applicable, those set forth in the referenced policy or standards documents below. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the SOW, shall be the responsibility of the contractor or consultant retained to produce the Web-suitable content or communications materials. 11. Homeland Security Presidential Directive-12 To perform the work specified herein the contractor personnel may require access to sensitive data, regular access to HHS-controlled facilities and/or access to HHS information systems, the Government may require that this effort entail a sensitivity level 5 (Public Trust) background investigation.* Upon receipt of the Government's notification of applicable Suitability Background Investigation required, the contractor shall complete and submit required forms within 30 days of the notification. Additional submission instructions can be found at the NCI Information Technology Security Policies, Background Investigation Process: (http://ais.nci.nih.gov/). The Contractor shall submit a roster, by name, position and responsibility, of all IT staff working under the contract. The roster shall be submitted to the Project Officer, with a copy to the Contracting Officer, within 14 days of the effective date of the contract. Any revisions to the Roster as a result of staffing changes shall be submitted within fifteen (15) calendar days of the change. The Project Officer will submit the list to the HRSA Personnel Security Officer for determination of the appropriate level of suitability investigations to be performed. Contractors should ensure that the employees whose names they submit have a reasonable chance for approval. While delays in performance caused by successful investigations will be the Government's responsibility, delays associated with rejections will be the contractor's responsibility. Typically, the Government conducts investigations and checks at no cost to the contractor. Multiple investigations for the same position, whether- resulting from rejections or resulting from an employee's move to another position(s) or company, may at the Contracting Officer's discretion, justify reductions(s) in the contract price of no more than the cost of the extra investigation. * A level 5 is a Public Trust position, which requires a higher level background investigation, including personal interviews, credit checks, etc. Level 5 positions would require access to IT systems with sensitive data including all of the OIT contractors, and/or access to pre-decisional grant information, etc. BPA Call Order Procedures A. The Contractor will be provided with a Request for Services, Schedule of Deliverables and other additional instructions as needed for each individual BPA call Order to be issued under this contract. These documents, collectively referred to as a BPA Call Order may be issue by mail, facsimile or electronic commerce. B. The basis for award of any BPA call order will be determined by the specific needs of the requesting office and included in the BPA call order request. The BPA call order request will specify if the contractor will be required to submit separate price and/or a technical quote. The request will include any special instructions that are particular to the requirement and information concerning the basis for award. C. The Contractor shall be required to submit a price for each BPA call order request issued under this BPA. D. The placement of a given call order shall depend upon factors such as awardees records of past performance, quality of deliverables, cost control, price, cost and other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. The package will include the specific evaluation criteria and the basis for award. All Contractors will be given a fair opportunity to be considered for each award. E. Fixed price or Time and Material call orders may be issued under this BPA. F. The Government shall reserve the right to award a BPA call order without discussions. However, if negotiations are necessary, the Government may conduct them with offeror's determined to be in the competitive range. G. BPA call orders may be awarded on a unilateral basis. If a BPA call order is issued unilaterally, the Contractor must begin work immediately, adhering to the dollar limit and period of performance stated on the face page of the BPA call order. Questions or issues for which you require clarification or correction by the Government must be furnished electronically via email to Tim Corrigan at tcorrigan@hrsa.gov. In order to allow a reply to be provided to all prospective Offerors before submission of their technical quote, your questions must be received no later than 4:00 PM Eastern Standard Time (EST) on July 24, 2014. Questions received after the due date and time will not be considered. No Exceptions. One (1) original quote shall be received via email in Adobe PDF format by the Contract Specialist as soon as possible, but no later than July 31, 2014 at 10:00 AM EST. Offerors shall submit their quotes to the following email address: Tim Corrigan tcorrigan@hrsa.gov Your RFQ shall be prepared in accordance with Section entitled "Instructions, Conditions, and Notices to Offerors'. This RFQ does not commit the Government to pay any costs for the preparation and submission of a proposal nor does it commit the Government to make an award. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to expenditure of public funds in connection with this proposed acquisition. Your proposal must provide a contact name and number, your company name and complete address, including street, city, county, state, zip code, e-mail address, Tax Identification Number (TIN), and Dun & Bradstreet Number (DUNS). The TIN must match the name of the vendor to whom the payments will be made. Please note that FAR 52.204-6 Contractor Identification Number Data Universal System (DUNS Number). The Contractor must be registered in the SAM database at www.sam.gov. "Registered in the SAM database" means that (1) the Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; and (2) The Government has validated all mandatory data fields and has marked the record "Active". By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If not registered in the SAM database within the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror System for Award Management (SAM) requires any prospective awardee to have a DUNS number and be registered in the SAM database prior to award, during performance, and through final payment of any award resulting from this solicitation. Requests for additional information concerning this RFQ should be referred to Tim Corrigan at tcorrigan@hrsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46b34dff82e0496500f028916b55f5fa)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03429208-W 20140719/140717235842-46b34dff82e0496500f028916b55f5fa (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.