Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2006 FBO #1770
SOLICITATION NOTICE

R -- Support Services for the National Center for Public Health Informatics (NCPHI)

Notice Date
9/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Technical Services Division (4TRF), 401 West Peachtree Street, N.W., Suite 2700, Atlanta, GA, 30365-2550
 
ZIP Code
30365-2550
 
Solicitation Number
4TCC75067312
 
Response Due
10/13/2006
 
Archive Date
10/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
*All prospective contractors interested in submitting a quote for this solicitation shall include the following completed form: Company Name Cage Code (CCR) Street Address City State Zip Code Type of Business Company Contact Person Telephone Number Fax Number Company's Web Address Email Address Discount Terms (Net 30 if unspecified) Days Required for Delivery After Receipt of Award The following documents are attached: Combined solicitation/synopsis, performance work statement, instructions to offeror, contract/solicitation clauses and contracting office contact information. Please review all documents carefully before completing. Offerors Authorized Representative's Signature Date Type or Print Name Position or Title The following clauses will apply to this acquisition. 52.212-1 Instructions to Offerors?Commercial Items (JAN 2005) 52.212-4 Contract Terms and Conditions?Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. The specific wording of these applicable clauses can be found at the following site: http://www.arnet.gov/far/current/html/FARTOCP52.html Combined Synopsis/Solicitation This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as supplemented with additional information included in this announcement. This announcement serves as both notice to offerors and the solicitation; responses (quotes) should be developed based upon this announcement since a formal solicitation will not be issued. The solicitation number is 4TCC75067312 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. This requirement is unrestricted and any interested offerors may submit a quote. *this solicitation is issued as an invitation for request for quote. Description of item(s) to be acquired, including structure (example: Hourly, Per Session): GSA/FTS/4TRE requires contractor to provide services in the area of program, procurement and high level project support. The contractor shall be able to provide this service in accordance with the attached statement of works. Line Item 0001: Contract Transformation in accordance with the attached statement of works. Line Item 0002: Acquisition Support Services in accordance with the attached statement of works. Line Item 0003: Administrative Support in accordance with the attached statement of works. Dates and Place of Delivery: The requested service shall take place between date of award for 6 months, anticipated time frame of : October 17, 2006 to April 16, 2007. Technical points of contact will be provided on the awarded contract. Contractor Responses (quotes): Contractor?s responses shall include both elements below: 1. Technical qualifications including past experience, past jobs or projects, and required expertise. 2. Cost element to include total cost in providing this service. Cost structure should be based on the above description of items section and structure. Evaluation of Responses: Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The responsible offerors must be registered in the Certifications and Representations database (available at: http://orca.bpn.gov/) system per FAR 52.212-3. Offerors must also be registered in the Central Contractor Registration database (available at: www.ccr.gov) per FAR. Lack of registration in CCR will qualify contractor as ineligible for award. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. This solicitation is being issued as a Request for Quotation (RFQ), for a firm fixed type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 05-09. GSA/FTS/4TRE 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 (best value), price and other factors considered. All evaluation factors other than cost or price, when combined will be weighted significantly more important than cost or price, although overall price is an important factor in determining best value. The best value determination is based on a combination of cost and non-cost factors, including: past performance, technical excellence, price, compliance with solicitation requirements, management capability, personnel qualifications, and prior experience. 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 upon action or written acceptance by the contractor. 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. Contract Clauses Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor?s should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award. Proposal Submission Information: In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, past experience, and past performance, etc.) directly to michelle.hines@gsa.gov so that they are received at that email address no later than the closing date and time for this solicitation. Quotations are due by 4:00 p.m, Eastern Standard Time. The offeror may use any form commercially acceptable for quoting the needed service. Offeror may also use the Standard Form 1449, Solicitation/Contract Order for Commercial Items. The form can be found at. Questions should be directed to Michelle A. Hines at michelle.hines@gsa.gov. Inquiries regarding the solicitation will only be accepted by email. NOTE: Emailed proposals are preferred Michelle A. Hines Contract Specialist Michelle.hines@gsa.gov Phone: (404) 331-7578 Facsimile proposals will be accepted at 404-331-3628 1.0 INTRODUCTION: Work is to be accomplished for the Centers for Disease Control & Prevention, Coordinating Center for Health Information and Services, National Center for Public Health Informatics, Atlanta, GA through General Services Administration (GSA), Federal Technology Service (FTS), Southeast Sunbelt Region. 1.1 Organization: Centers for Disease Control & Prevention, Coordinating Center for Health Information and Services, National Center for Public Health Informatics, 1600 Clifton Road, MS D47 Atlanta, GA 30333 1.2 Background: The Centers for Disease Control & Prevention (CDC) serves as the national focus for developing and applying disease prevention and control, environmental health, and health promotion and health education activities designed to improve the health of the people of the United States. The CDC National Center for Public Health Informatics (NCPHI) is responsible for developing, providing, and supporting information resource management products and services for CDC?s infrastructure that facilitates the collection, management, analysis and dissemination of data and information for public health, management of resources, transaction of business functions, and protection of information assets. Those responsibilities include determination of the requirements for and integration of systems, including both hardware and computer software, to support evolving information needs of the CDC and its public health partners. 1.3 Scope: The scope of this work is to contract for support services to the National Center for Public Health Informatics (NCPHI) consisting of assistance in conducting internal process and procedural reviews, acquisition support services (including assistance in Statement of Work (SOW) development and support for a variety of contract management and administration within NCPHI. 2.0 SERVICES REQUIRED: 2.1 Performance Requirements: Contractor services are required in the area of program, procurement and high level project support. 2.2 Contract Transformation NCHPI anticipates a requirement to transform existing contractual vehicles to comply with new and evolving law, regulation, policy and internal controls. Vendor shall provide assistance in redevelopment of plans, SOWs, and other associated materials. Duties shall include but not be limited to the following: ? Scheduling and Coordinating Contract Review Team Meetings ? Preparing and Distributing Agenda?s ? Partcipating in the review of current SOWs within NCPHI ? Compiling and Documenting Review Results ? Preparing the Final Review Summary and Recommendations Deliverable(s): Weekly Status Reports, completed SOWs, and ad hoc plans and other related materials. 2.3 Acquisition Support Services Vendor shall support NCPHI in planning technical requirements including but not limited to preparing Acquisition plans and writing Statements of Work (SOWs). Vendor should also be able to provide assistance in any task throughout all phases of the life cycle of the Acquisition Process. Deliverable(s): Acquisition Document(s), including completed SOWs and plans, and ad hoc reports as required. 2.4 Administrative Support Vendor shall provide administrative support to NCPHI relevant to these efforts. Duties shall include, but not be limited to the following: ? Prepare correspondence, narrative reports, annotated staff studies, and a variety of other related materials; ? Provide technical correspondence, writing, and editing of IT policies, procedures, and NCPHI documents required to meet periodic reporting requirements; Deliverable(s): Status Reports and documents as required. 2.5 Task Specific IT/Networking Environment: 2.5.1 Hardware: Desktop PCs capable of running Windows 2000 Desktop Printers and Scanners Shared office copier and fax machine 2.5.2 Software: Windows 2000 or greater MS Office 97 or greater MS Internet Explorer Hyper-terminal (part of Windows) 2.5.3 Languages: English 3.0 DELIVERABLES/DELIVERY SCHEDULE/DELIVERY INSTRUCTIONS: Task deliverables are the result of all actions taken to accomplish task order requirements and descriptions as stated in section 2.1 Performance Requirements. Deliverables Due Dates Quality Control Plan, Par. 3.3 10 days after date of award Monthly Status Report (MSR): Contractor must provide a MSR for IT support and PS support. MSR at a minimum must contain the following information: Brief summary of accomplishments during the reporting period and significant events regarding the task order; Deliverables submitted or progress on deliverable products; Any current or anticipated problems; and, Brief summary of activity planned for the next reporting period. Travel Expenses Incurred NOTE: Travel charges must include the traveler?s name, dates of travel, and cost for each trip. 20th day of each month 3.1 Inspection and Acceptance: The Client Agency will review the contractor deliverables in accordance with policy and regulations. The acceptance and satisfactory work performance required herein shall be based on the performance matrix on the last page of this SOW. Inspection and Acceptance: Inspection and acceptance will occur in accordance with 52.212-4(a). In the absence of other agreements negotiated with respect to time provided for government review, deliverables will be inspected and the contractor notified of the CR?s findings within 5 work days of normally scheduled review. If the deliverables are not acceptable, the CR will notify the PM immediately. Unsatisfactory work - If deficiencies are discovered the Government will provide in writing a description of all deficiencies to be corrected by the contractor. The corrected deliverables shall be re-submitted within 10 calendar days at no additional cost to the Government. Performance by the contractor to correct defects found by the Government as a result of quality assurance surveillance and by the contractor as a result of quality control, shall be at its? own expense and without additional reimbursement by the government. 3.1.1 Schedule and Delivery Instructions: The specific deliverables and schedule for delivery shall be as agreed upon and documented by the client agency. The client agency reserves the right to prioritize work and negotiate any delivery dates in a proposal. 3.1.2 Other Data Deliverable Requirements: The contractor shall comply with all reporting requirements in accordance with the master contract and this task order. All reports will be submitted via GSA?s electronic Web-Based Order Processing System, currently the IT Solutions Shop for official approval. Failure to comply with this requirement may result in rejection of invoices and/or non-payment. Each report shall be due on the tenth (10th) workday following the close of the calendar month. Each report shall be submitted in the GSA?s electronic Web-Based Order Processing System, currently ITSS (IT-Solutions Shop). Each of the activities under this task order will be monitored by a lead CDC staff contact through regular status meetings and monthly status reports. 3.1.2.1 Monthly Status Report (MSR): The MSR shall contain the following information: Brief description of requirements Brief summary of accomplishments during the reporting period and significant events regarding the task order Deliverables submitted or progress on deliverable products Any current or anticipated problems Brief summary of activity planned for the next reporting period. 3.1.2.2 Task Summary Report (TSR): The report shall include labor charges for actual hour?s worked and other direct costs (ODCs), which are authorized, in the task (e.g., travel, training, etc.). Charges shall not exceed the authorized cost limits established for labor and ODCs. The government will not pay any unauthorized charges. Original receipts, travel vouchers, etc. completed in accordance with Government Travel Regulations shall be maintained by the contractor to support charges other than labor hours and made available to Government auditors upon request. The TSR shall include the following: Labor hours for each skill level (SL) category (specify the contractor employee name and SL). Total labor charges for each skill category. Other direct cost (ODCs). (ODCs must be individually itemized and specified by each individual category). (i.e. travel and per diem, training, security check fees, commodities, etc). Total ODCs charges (G&A included) Total monthly charges Note: Travel charges must include the traveler?s name, dates of travel, and cost for each trip. A. Criteria for Acceptance. 1. Timeliness, accuracy of data and crosscheck to the Monthly Status Labor Hour report. B. Schedule and Delivery Instructions. 1. The task summary report shall be submitted to the client representative by the 10th of each month. 3.2 Other Reporting Requirements: The contractor shall bring problems or potential problems affecting performance to the attention of the CR and ACO/ITM as soon as possible. Verbal reports will be followed up with written reports when directed by the CR or ACO/ITM. 3.3 Quality Assurance: It is the contractor?s responsibility to ensure the requisite quality of effort is maintained. The contractor is responsible for monitoring cost and schedule of all work performed. The contractor will keep the GSA Contracting Officer informed. The contractor shall develop, implement, and maintain an internal quality assurance/control program to ensure the quality control of services performed under this contract. At a minimum, the quality assurance program narrative shall address all inspection and rejection criteria, methods of ensuring that the most current technical data are addressed and provided to the Government interface for the correlation and control of documentation. The contractor shall establish procedures for the preparation and quality control of the data ensuring compliance to all contract requirements. The contractor shall perform inspections to substantiate the quality of support throughout the life of the contract. The contractor shall establish procedures for in process reviews to ensure that data generated is evolving as required by the contract and to ensure that the incorporation of changes have been made as required. The contractor's inspection and acceptance plan shall establish a minimum quality level for the acceptance of generated data and deficiencies. The inspection and acceptance plan shall further establish a method to determine quality and efficient support in meeting contract requirements. Quality Control: The contractor shall provide a copy of their Quality Control (QC) Plan to the CR and the PM within 10 days from date of award. The QC Plan shall include at a minimum, a description of the inspection system to cover all major services and deliverables. The description must include specifics as to the areas to be inspected on both a scheduled and unscheduled basis, frequency of inspections, and the title of inspectors. The QC Plan will also include a description of the methods to be used for identifying and preventing defects in the quality of services performed and a description of the records to be maintained to document inspections and corrective or preventative actions taken. The records of inspections must be maintained and made available to the CR and PM, when requested, throughout the period of performance and for the period after task order completion until final settlement of any claims under the task order. 3.4 Problem Resolution: The contractor shall bring problems or potential problems affecting performance to the attention of the CR and PM as soon as possible. Verbal reports will be followed up with written reports when directed. This notification shall not relieve the Contractor of its responsibility to correct problems for which they are responsible. The Contractor will work cooperatively with the Government to resolve issues as they arise. 4.0 MINIMUM EXPERTISE QUALIFICATIONS: The contractor is responsible for providing the expertise and technical and functional capabilities required to accomplish the task requirements and deliverables as stated in section 2.1Performance Requirements to include: 4.0.1 Networking Skills. The contractor must be familiar with the Hardware and software identified in section 2.5 above. 4.0.2 Functional Skills/Subject Matter. It is highly desired that the contractor assigned to this project be knowledgeable of general technical and contractual terminology and practices. 4.0.3 Contractor must be capable of working independently. Contractor must be able to communicate orally and in writing with all levels of an organization as required. 6.0 PERFORMANCE CRITERIA: 6.1 Period of Performance: 6Months from date of award: 10/17/2006-04/16/2007 Transition Period - The contractor will have 14 calendar days following task award to have all contractor-employees in place under this agreement. 6.2 Place of Performance: (The Contractor shall perform at an off-site location and will be required to travel the performance of the task order. 6.2.1 Overtime/Extended Hours: If overtime/extended hours are authorized on this task, the contractor must obtain authorization from the client representative, or his designee, prior to anyone working overtime. Under no circumstances shall the contractor personnel exceed the extended hour allotment. If additional extended hours are required, the contractor or agency will request that the task be amended accordingly. 6.3 Definitions & Acronyms: (if applicable) 6.4 Government Furnished Items: Not applicable 6.5 Contractor Furnished Items: Except for those items or services stated in section 6.4 as Government furnished, the contractor must furnish everything needed to perform this contract according to all its terms. 7.5 Data Integrity/Information Assurance: All data and data rights associated with this effort will be property of GSA, FTS, Region 4. 7.6 Key Personnel: Contractor personnel shall possess the appropriate knowledge and skills to perform the required tasks. The contractor shall identify key personnel in the technical proposal regardless of the type of task. There is a 21 day staffing requirement for this task. NOTE: Key personnel may not be removed from the task without express approval of the CR. The CR will attach a copy of the request and determination of the project in IT Solutions Shop (ITSS) Web-Based Order Processing System. 7.7 Other than Key Personnel: Staffing of occurring vacant positions for other than key personnel shall be made within 15 calendar days from date of vacancy. GSA contracting officer shall be notified immediately of any occurring vacancies. 7.8 Client Representative: The client shall identify a Client Representative (CR). The client may also identify an Alternate Client Representative (ACR). Management of this task will be performed by GSA through the CR. The CR will participate in project meetings and receive task order deliverables. The client representative will provide technical assistance and clarification required for the performance of this task. 11.0 Additional Clauses: Addenda to 52.212-4 The following clauses are incorporated by reference. 52.232-18 Availability of Funds. APR 1984 11.0 ESTIMATED WORKLOAD DATA: The Government is providing a reasonable estimate based on past need and work performed. This is an annual workload hourly estimate. However, offerors are advised to conduct their own analysis of these requirements, and propose amounts based its own independent assessments. The purpose is to indicate scope of work only, the government estimate for the work to be performed in this Task Order is included below. This estimate is the Government?s interpretation of the requirement and is not intended to be binding on either party or to be the only possible solution to the requirement. Estimated Workload: The Government is providing a reasonable estimate based on past need and work performed. This is an annual workload hourly estimate, based on past support for the two Government divisions, IT and PS. Task Complexity CDC Contractual/Program Support 960
 
Place of Performance
Address: See Solicitation
Zip Code: 30308
Country: UNITED STATES
 
Record
SN01158403-W 20061001/060929221303 (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.