Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

B -- National Electronic Injury Surveillance System (NEISS) On-Site Evaluation of the Quality of Data Collected of Hospitals - Performance Work Statement

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Consumer Product Safety Commission, Division of Procurement Services, Division of Procurement Services, 4330 East West Highway, Room 517, Bethesda, Maryland, 20814-4408
 
ZIP Code
20814-4408
 
Solicitation Number
61320618Q0182A
 
Archive Date
9/15/2018
 
Point of Contact
Llakim M. Dubroff, Phone: 301-504-7043
 
E-Mail Address
ldubroff@cpsc.gov
(ldubroff@cpsc.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachments CLINS Performance Work Statement 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. THIS RFQ IS SUBJECT TO AGENCY DETERMINATION TO FUND THIS REQUIREMENT. ALL QUOTES MUST BE VALID THROUGH SEPTEMBER 30, 2018. The required services are described in the attached Performance Work Statement. Services shall be provided on a Firm-Fixed-Price basis. Consumer Product Safety Commission (CPSC) requires contractor to conduct on-site evaluations of hospitals participating in the National Electronic Injury Surveillance System (NEISS) and provide training sessions for new hospital coders. Please see the following attached items. 1. Contracting Line Item Numbers (CLINS) 0001-0016 2. Performance Work Statement 3. Clauses 4. Basis of Award 5. Attachments (A-D) Delivery and acceptance shall be to the CPSC point of contact included in the SOW and in accordance with Local Clause 1 B for the delivery of any items to CPSC. The provision at 52.212-1, Instructions to Contractors-Commercial Items, applies to this acquisition. In addition to the requirements of FAR 52.212-1, the quote must prominently display the Contractor's Taxpayer Identification number, CAGE code and DUNS number, as well as contact information for the Contractor's point of contact for the quote. SAM.gov registration is required to be considered for award. The quote shall be submitted via email to the Contract Specialist at ldubroff@cpsc.gov with three separate attachments, contracting and pricing documents, technical proposal and past performance. The technical volume shall describe technical information that the Contractor provides. This shall include the details of how the Contractor plans to accomplish all tasks of the SOW, what personnel are proposed and the qualifications of the contractor personnel, the resources the contractor plans to utilize, and all information necessary to demonstrate the contractor's capabilities (Please do not submit resumes). The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition, and the evaluation criteria to be included in paragraph (a) of that provision are as follows:   The Quoter shall provide a technical quote that includes the following areas: Factor 1. Proposed Performance Plan The quoter shall provide a proposed plan for successfully performing the work that clearly demonstrates the quoter's overall technical approach; proposed methodology; understanding of the scope of work and its requirements. The quoter's plan shall describe methods for ensuring accurate and complete record reviews during evaluation visits. The quoter's plan shall also describe methods for overcoming challenges. Factor 2. Background and Experience of the Quoter The quoter shall have two (2) or more years of experience within the last three (3) years. The quoter shall provide information that will demonstrate their current education, training, knowledge and experience to successfully perform the project. The quoter's proposal shall also provide the following: (1) The quoter's qualifications, experience, and time commitment of the quoter; (2) The ability to perform the work assignments accurately and in a timely manner; (3) The quoter's flexibility and commitment to perform work assignments on short notice based on changing task priorities. (4) Because of the complexity and the on-going changes to the NEISS coding, the quoted personnel must currently be coding data on behalf of a NEISS hospital. (5) The quoter shall have a historical error rate below 6.0% for a period of at least two (2) out of the last three (3) years. (6) The quoter shall have a historical lag time of seven (7) days or less for a period of at least two (2) out of the last three (3) years. Lag time is defined as the number of days between NEISS data entry and the date of treatment of the individuals reported in the NEISS. Dispensation will be given for a coder that has a documented system-wide restriction that prohibits them from reviewing the records for a specified number of days. (7) The quoter shall have a historical capture rate of 93% for a period of at least (2) out of the last (3) years. Factor 3. Past Performance The Quoter shall submit any contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in this Statement of Work. Factor 4. Price Price will be evaluated based on the proposed level of effort and resources associated with deliverables in order to perform the requirement, and for reasonableness in relationship to the Contractor's quoted technical solution.   Relative Importance of Factors: Factor 1 - Technical Proposal is "significantly more important" than Factors 2 and 3 Factor 2 - Past Performance is "more important" than Factor 3. Factor 3 - Price is considered to be less important than Factors 1 and 2. The technical evaluation sub-factors (includes sub-factors A and B) are considered to be comparatively equal to one another. Significantly more important is defined as two times greater in value than more important, whereas "more important" is greater in value than any lesser criteria. Contractors shall include a completed copy of the provision at 52.212-3, Contractor Representations and Certifications-Commercial Items, if the annual SAM registration has not been completed. If the SAM registration has been completed, Contractors shall only submit paragraph (b) if there are applicable exceptions to the current registration. Contractors shall include a completed copy of the provision at 52.212-3, Contractor Representations and Certifications-Commercial Items, if the annual SAM registration has not been completed. If the SAM registration has been completed, Contractors shall only submit paragraph (b) if there are applicable exceptions to the current registration. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in FAR 52.212-5 are applicable to this acquisition: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015); (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013); (25) 52.222-3, Convict Labor (June 2003); (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015); (28) 52.222-26, Equal Opportunity (Apr 2015); (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015); (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); (58) 52.239-1, Privacy or Security Safeguards (Aug 1996). The following FAR clauses also apply to this requirement LC 21A DISCLOSURE OF INFORMATION - LIMITS ON PUBLICATION The Contractor shall submit to the Commission any report, manuscript or other document containing the results of work performed under this contract, before such document is published or otherwise disclosed to the public, to assure compliance with Section 6(b) of the Consumer Product Safety Act (15 U.S.C. Section 2055(b)), Commission regulations (16 C.F.R. Part 1101), and a Commission directive (Order 1450.2). These provisions restrict disclosure by Commission Contractors of information that (1) permits the public to identify particular consumer products or (2) reflects on the safety of a class of consumer products. Prior submission allows the Commission staff to review the Contractor's information and comply with the applicable restrictions. CPSC should be advised of the Contractor's desire to submit or publish an abstract or a report as soon as practical. Any publication of, or publicity pertaining to, the Contractor's document shall include the following statement: "This project has been funded with federal funds from the United States Consumer Product Safety Commission under contract number 613206. The content of this publication does not necessarily reflect the views of the Commission, nor does mention of trade names, commercial products, or organizations imply endorsement by the Commission." LC 21B DISCLOSURE OF INFORMATION - RESTRICTED PUBLICATION The Contractor shall submit to the Commission any report, manuscript or other document containing the results of work performed under this contract. This document shall not be published or otherwise disclosed by the contractor. Should the contractor subsequently apply to the Consumer Product Safety Commission for permission to publish documents containing the results of this work and the release is approved in writing, any publication of, or publicity pertaining to, the Contractor's document shall include the following statement: "This project has been funded with federal funds from the United States Consumer Product Safety Commission under contract number 613206. The content of this publication does not necessarily reflect the views of the Commission, nor does mention of trade names, commercial products, or organizations imply endorsement by the Commission." LC 24 NONDISCLOSURE OF ANY DATA DEVELOPED UNDER THIS CONTRACT The Contractor agrees that it and its employees will not disclose any data obtained or developed under this contract to third parties without the consent of the U. S. Consumer Product Safety Commission Contracting Officer Representative (COR). The Contractor shall obtain an agreement of non-disclosure from each employee who will work on this contract or have access to data obtained or developed under this contract. LC 31 RESTRICTIONS ON USE OF INFORMATION If the Contractor, in the performance of this contract, obtains access to information such as CPSC plans, reports, studies, data protected by the Privacy Act of 1974 (5 U.S.C. 552a), or personal identifying information (PII) which has not been released or otherwise made public, the Contractor agrees that without prior written approval of the Contracting Officer it shall not: (a) release or disclose such information, (b) discuss or use such information for any private purpose, (c) share this information with any other party, or (d) submit an unsolicited proposal based on such information. These restrictions will remain in place unless such information is made available to the public by the Government. In addition, the Contractor agrees that to the extent it collects data on behalf of CPSC, or is given access to, proprietary data, data protected by the Privacy Act of 1974, or other confidential or privileged technical, business, financial, or personal identifying information during performance of this contract, that it shall not disclose such data. The Contractor shall keep the information secure, protect such data to prevent loss or dissemination, and treat such information in accordance with any restrictions imposed on such information. 52.216-18 ORDERING (OCT 1995) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from September 26, 2018 through September 25, 2019. All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 ORDER LIMITATIONS (OCT 1995) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. Maximum order. The Contractor is not obligated to honor- Any order for a single item in excess of $100,000; Any order for a combination of items in excess of $200,000; or A series of orders from the same ordering office within sixty (60) days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 INDEFINITE QUANTITY (OCT 1995) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the expiration date of each awarded contract period. 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 10 days of contract expiration. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Questions about this requirement are due via email to ldubroff@cpsc.gov no later than August 24, 2018 at 3pm eastern time. Please contact the Contract Specialist, Llakim Dubroff with any inquiries at ldubroff@cpsc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CPSC/DA/DPS/61320618Q0182A/listing.html)
 
Record
SN05044368-W 20180819/180817231419-7018ba9b27fd9e5ae6492a2052194fe9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.