MODIFICATION
R -- Information Management/ Information Technology
- Notice Date
- 6/13/2006
- Notice Type
- Modification
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D4526097A100
- Response Due
- 6/23/2006
- Archive Date
- 7/8/2006
- Point of Contact
- George Rivers, Jr., Contract Specialist, Phone (301)981-1939, Fax (301)981-1907,
- E-Mail Address
-
George.Rivers@andrews.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- To: All Prospective Offerors 13 JUNE 2006 From: 89th Contracting Squadron/Andrews AFB, MD Subject: Request for Quote, Quote No. F1D4526097A100 The 89th Contracting Squadron is issuing this competitive RFQ to solicit offerors for the purpose of entering into a Firm-Fixed price contract for the following services: INFORMATION MANAGEMENT/ INFORMATION TECHNOLOGY - CONSULTANT Our office will conduct this acquisition in accordance with the Federal Acquisition Regulation (FAR) Part 19. If you are interested in this acquisition, submit your quote in accordance with the below submission instructions. Please cite your contract number in your proposal submission along with your tax identification number (TIN) and Dun & Bradstreet Number (DUNS). TECHNICAL QUOTE Offerors shall provide a technical quote that includes: (1)Discussion of the background, objectives, and work requirements of the Performance Work Statement (PWS). (2)Discussion of proposed methods and techniques for completing each task; (3)Discussion of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution; (4)Discussion of major logistical considerations (5)A Project Plan that is simple, easy to read, and clearly and concisely describes project responsibilities. All staff needed to conduct the work and produce all required training and deliverables must be identified. (6)Proposed Key Personnel ? A description of the offeror?s current personnel resources for this activity, which addresses the offeror?s capabilities and experience relating to the attached PWS. (7)Past Performance Information. Provide two (2) past performance references of similar efforts performed by your organization for the last three (3) years. Include a description of the project, project title, contract number, contract amount, client identification including agency or company name, contracting and technical reviewing official, address, telephone number, and e-mail address. Your response must demonstrate that both your organization and proposed key personnel can successfully complete this project. Page Limitation: The technical quote should not exceed 2 pages, excluding past performance information. Past Performance is limited to a maximum of 1/2 pages for each effort identified. Please use Times New Roman, 12 pt. Font. PRICE QUOTE Your price quote shall be a separate volume from your technical quote, and must include: -Identification of each labor category to be utilized for this effort -A description of the skills and experience per labor category -The firm-fixed price hourly rate(s) proposed for each labor category -The estimated hours proposed for each labor category -Any other proposed costs, including, but not limited to travel, for calculating the total proposed cost for this effort. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the Performance Work Statement. If not noted in this section of your quote, it will be assumed that the offeror proposes on assumption for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the offeror?s quote. EVALUATION Each Offeror?s quote will be evaluated according to the factors shown below. Factors A, B, and C, are roughly equal to each other; factor D is less important. Sub-factors listed under each factor are of equal importance to each other. A.Technical Approach 1.Understanding of the work, including creativity, innovation and thoroughness shown in understanding the Performance Work Statement and planned execution of the project. 2.Discussion of techniques for completing each task, to include such items as quality assurance, and customer-service. 3.Anticipation of potential problem areas, and creativity and feasibility of solutions to problems and future integration of new processes and technology enhancements. 4.Discussion of logistics, schedule, and any other issues the Government should be aware of. B.Personnel Qualifications 1.The quality and depth of experience of individual personnel in working on similar projects; e.g., similarity in topic, dollar value, workload, duration, and complexity. 2.The quality and depth of how the Project Manager in managing projects of this size and complexity. 3.Appropriate mix and balance of education and training of team member. C.Past Performance/Organization Experience 1.The organization?s history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget. 2.The quality of cooperation (with each other) of key individuals within your organization, and quality of cooperation and performance between your organization and its clients. 3.The organization?s specific past performance on prior similar efforts specified within this PWS. 4.Organizational Experience ? The degree of comparability of pas projects to the current project, including number of projects, complexity, workload, and dollar amount. D.Price CONTRACT AWARD Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors and cost considered. The Government?s objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful Offeror. DUE DATE Due to the critical schedule for this effort, the due date for responses to this RFQ, both technical and price, shall be via email to: george.rivers@Andrews.af.mil on or before 12:00pm Eastern Daylight Savings Time, 23 Jun 2006. Questions (via email)regarding this solicitation are due by 12:00pm Eastern Daylight Savings Time, 15 june 2006. Also, the email RFQ submissions MUST be followed up with an original hard copy within five (5) business days from the due date to the address below. Please note it is the offeror?s responsibility to ensure/verify the Government receives their submission on or before the time specified. Andrews AFB 1419 Menoher Drive Andrews AFB, MD 20762 Attn: george rivers (301) 981-2306; (301) 981-1914 (fax) Email address: george.rivers@Andrews.af.mil If you have any questions regarding this request, you may contact me by email. Sincerely, ////////////////signed//////////////// George B. Rivers Contracting Specialist 89 CONS/LGCBB ************************************************************ Statement of Work Information Management Consultative Services 79th Medical Group 1. Description of Services 1.0. Scope Provide information management consultation support to 79th MDG, Andrews AFB, MD, to review Information Management/Information Technology (IM/IT) organizational structure, processes, procedures and programs and to make recommendations for improvement. A. Background The 79th Medical Group maintains medical readiness for worldwide contingencies with 1,623 staff members, a resource allocation of $113M and a 60-bed inpatient service. Provides quality health care in 42 specialties to an active patient population of 70,000. Sponsors 19 professional training programs. Additionally, it medically supports Presidential and Congressional special airlift missions as well as global aeromedical evacuation. Due to recent personnel changes as well as other changes related to the overall information technology environment, the 79th MDG has a need to enhance the quality of the specialized support provided in the area of information management and information technology. Support is needed to ensure sound practices are employed and to identify if potential material or procedural weaknesses exist within its IM/IT programs. B. Objectives ?Optimize organizational structure to effectively utilize IM/IT resources ?Improve information management processes and procedures. ?Identify potential material weaknesses in IM/IT processes and/or programs. ?Educate IM/IT personnel in appropriate ongoing information management requirements. ?Map out IT goals to better align IT with the Medical Group?s business plan within Air Force District of Washington (AFDW) and the concept of ?One AF Network? ?Develop stratum level reporting structure ?Improve IM/IT processes and procedures IAW AFI 33-112, Computer Systems Management, and AFMAN 37-104 to facilitate the ?One AF Network? concept ?Identify potential material weaknesses in IM/IT processes and/or programs to facilitate IT alignment and AF guidelines IAW AFI 41-120, Medical Resource Management Operations, and Management Analysis & Medical C. Consultant Qualifications: Consultant must have a proven working knowledge in managing and operating an Air Force Medical Information Systems organization and familiarization with Air Force Surgeon General and MAJCOM instructions, directives, and concepts as they pertain to a US military treatment facility Consultant shall have intimate knowledge of the present processes and procedures of the 79th Medical Group Information Systems Flight . The consultant must have a proven knowledge of current AF SG manpower reapplication processes and the AF SG Product Line Analysis Team review process. Consultant must have a proven working knowledge of AF communications instructions, directives, and concepts as they relate to the ?One AF / One Network? program Consultant must have a proven working knowledge in JCAHO accreditation requirements as related to Information Management functions within a medical treatment facility. Experience with implementation of AF SG PCO and the manpower reapplication process Participated in the definition of analysis criteria used by the IMIT Product Line Analysis Team (PLAT) Experience and working knowledge of current AF and AF SG IT initiatives for network and system consolidation Participant and working knowledge of the Medical Information Technology Transfer program (MITT) Knowledge of the Information Technology Services Consolidation program (ITSC) MTF CIO experience at the hospital and medical center level Working knowledge of proven IMIT support models for AF MTFs Working knowledge of required IMIT committee structures for effective oversight of IMIT programs required in MTFs AFDW and AMC/SG IMIT Finance and Manpower program management Working knowledge of the AF SG budget process D. Working knowledge of Manpower Expense and Performance Reporting Systems (MEPRS) 1.1. Specific Tasks Perform Information Management/Information Technology Analysis and Review as follows: 1.1.1. Conduct management visits to assess the effectiveness of IM/IT programs. 1.1.2. Review current operating instructions, committee charters, meeting minutes, and other documents required for regulatory compliance. 1.1.3. Identify potential material and/or procedural weaknesses. 1.1.4. Educate and train staff on effective information management practices. 1.1.5. Conduct periodic analysis of open documents lists, information plans, and other documents for HQ AMC/SG. 1.1.6. Perform follow-up IM/IT Consultation Visits upon request. 1.1.7. Provide guidance on how to most effectively utilize/optimize IM/IT resources. 1.1.8. Conduct MTF Executive in-brief and out-brief as required. 1.1.9. Generate consultation reports which include but are not limited to: personnel contacted, documents/processes reviewed, areas identified as needing improvement, recommendations and action plans. 1.1.10. Complete the 79th Medical Wing Information Systems Strategic Plan. 1.1.11. Complete the implementation of the new 79th Medical Group IM/IT Flight organization structure. 1.1.12. Review IM/IT Flight Service Delivery/Service Management functions and make recommendations to organizational leadership for improvement. 1.2. Deliverables. All reports and documentation shall be delivered electronically. The contractor shall submit deliverables identified for review and comment to the Quality Assurance Personnel (QAP) or Alternate (QAP). The Government will have 30 days to provide comments back to the contractor. The contractor shall then submit a final version of the deliverables NLT 15 days after the receipt of the Governments? comments. Acceptance of the deliverable by the Government shall be upon final approval. Deliverable # of Copies Due Date 1. Information Management Consultation Report 1 Within 2 weeks of each site visit 2. Information Management Consultation F/U Report 1 Within 2 weeks of each site visit 2. Service Delivery Summary Performance Objectives SOW Paragraph Performance Threshold Information Management Consultation Report 1.1 through 1.1.9 A 95% compliance rate is acceptable for the contractor to provide the required Consultation Report IAW the SOW. 3. Government Furnished Space and Items: 79th Medical Group shall provide office space and access to telephones, copiers, and a fax machine during consultative visits. 4. GENERAL INFORMATION: 4.1. Period of Performance: from date of award to 60 days. 4.2. Place of Performance: Consultative visits shall be conducted at 1050 W. Perimeter Rd, Andrews AFB, MD. All other work shall be performed at contractor site. 4.3. Security Requirements: All requirements and restrictions of the Privacy Act of 1974 and Air Force Instruction (AFI) 37-132 will be strictly adhered to and enforced. 4.4. Travel: Travel will be reimbursed in accordance with the Federal Travel Regulation or Joint Travel Regulations. Travel will be a cost imbursement contract line item to the contractor. A minimum of 3 visits shall be conducted per contract year (dates specified by 79 MDSS) 4.5. Applicable References: The documents listed below will be made available to the contractor upon request. AMC Instruction 33-101 Workgroup Management Training and Certification AFI 33-101 Communications and Information Management Guidance and Responsibility AFI 33-112 Computer Systems Management AFI 33-114 Software Management AFI 33-115v2 Licensing Network Users and Certifying Network Professionals AFI 33-119 Air Force Messaging AFI 33-129 Web Management And Internet Use AFI 33-202 Network and Compute Security AMC Instruction 33-202 Information Assurance AFI 33-204 Information Assurance (IA) Awareness Program AFI 33-322 Records Management Program AF Policy Dir 33-2 Information Protection AFMS 5570 Medical Information Systems AFMAN 23-220 Report of Survey for AF Property AMC Wireless Local Area Network Policy AMC Network Business Rules AMC A6/SG Service Level Agreement AMC SG Workgroup Manager Guidance Other MTF-specific or base operating instructions and regulations 4.6. Special Consideration: The contractor?s consultant must have in-depth and intimate knowledge of Air Force Medical Information Management/Information Technology processes, procedures and programs. Consultant shall have experience with the implementation, management and oversight of IM/IT programs at a large Air Force hospital (specifically Malcolm Grow Medical Center) to include but not limited to: Joint Commission for the Accreditation of Healthcare Organizations and Air Force Inspection Agency compliance, customer service and helpdesk operations, computer maintenance, personnel utilization/management, telecommunications, and an understanding of applicable Department of Defense and Air Force Instructions. Appendix A WORKLOAD ESTIMATES - -PROVIDED FOR INFORMATION ONLY The following is a yearly estimate of hours needed for comprehensive consultation of information management/information technology of this type. Work Type Hours Site visit(s) 200 Analysis/Documentation 100 Telephone Consultation 20 Total Number of Hours 320 THIS REQUIREMENT HAS JUSTIFICATION FOR BRAND NAME. 19 May 2006
- Place of Performance
- Address: Malcolm Grow Medical Center (MGMC), , 1057 West Perimeter Road, , Andrews Air Force Base, MD, ,
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN01068661-W 20060615/060613220954 (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 |