Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

R -- DFRS Emergency Operations Preparedness Program

Notice Date
9/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
01NIHOD2008091
 
Point of Contact
Terita R Stevenson,, Phone: 301-402-3727
 
E-Mail Address
stevenst@od.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. A written solicitation will not be issued. This requirement is set aside for small businesses. The North American Industry Classification System (NAICS) code is 541611 and the small business size standard is $6.5 million. This Request for Proposal, RFP number NIHOD2008091, is for the acquisition of development and enhancement of the DFRS Emergency Operations Preparedness Program. I.Pricing Schedule Independently, and not as an agent of the government, the Contractor shall provide the service detailed in the Statement of Work using the following labor categories. The Contractor shall be paid in accordance with the fixed loaded hourly rates shown below for the number of hours actually incurred in the performance of work specified herein. Basic Contract Period: through [specific dates to be completed at time of award] LaborFixed Loaded CategoryHourly RateQuantity Unit Total Project Manager$ 120Hours$ Principal $ 832Hours$ Associate $ 416Hours$ Researcher$ 144Hours$ Estimated Total - Base Period $ 1st Option Period: through [specific dates to be completed at time of award] LaborFixed Loaded CategoryHourly RateQuantity Unit Total Project Manager$ 120Hours$ Principal $ 832Hours$ Associate $ 416Hours$ Researcher$ 144Hours$ 2nd Option Period: through [specific dates to be completed at time of award] LaborFixed Loaded CategoryHourly RateQuantity Unit Total Project Manager$ 120Hours$ Principal $ 832Hours$ Associate $ 416Hours$ Researcher$ 144Hours$ Estimated Total – 2nd Option Period $ 3rd Option Period: through [specific dates to be completed at time of award] LaborFixed Loaded CategoryHourly RateQuantity Unit Total Project Manager$ 120Hours$ Principal $ 832Hours$ Associate $ 416Hours$ Researcher$ 144Hours$ Estimated Total – 3rd Option Period $ 4th Option Period: through [specific dates to be completed at time of award] LaborFixed Loaded CategoryHourly RateQuantity Unit Total Project Manager$ 120Hours$ Principal $ 832Hours$ Associate $ 416Hours$ Researcher$ 144Hours$ Estimated Total – 4th Option Period $ II.Statement of Work – DFRS Emergency Operations Preparedness Program A.Background: The National Institutes of Health, (NIH) has a requirement for program augmentation in the Office of Research Services, (ORS), Security Emergency Response, (SER), Division of Fire and Rescue Services, (DFRS). The contractor will be expected to perform the duties related to the development and enhancement of the DFRS Emergency Operations Preparedness Program. The DFRS has developed an Emergency Operations Preparedness Program that delineates responsibility and requirements to prepare for and manage an emergency event. DFRS is responsible for maintaining a state of readiness, through preparedness, while also ensuring the safety of the NIH community by responding to incidents involving fire, emergency medical services, technical rescue, and hazardous materials releases. The Department of Health and Human Services, in support of the National effort, is developing and implementing the necessary contingency and response plans, procedures and protocols to ensure the Nation’s health care infrastructure remains viable in the event of a disaster. As a result of this disaster planning effort, the DFRS has numerous responsibilities which require immediate action. These actions are required to ensure NIH continues its mission critical functions in providing research protocols to protect the population. Further, DFRS must develop processes and procedures to ensure that DFRS can protect the NIH, its employees, and research initiatives by maintaining all programs in accordance with the National Fire Protection Association and the Commission on Fire Accreditation International. B. Period of Performance: The period of performance is a base year with 4 option years. Option will be exercised at the sole discretion of the Government. C. Place of Performance: Work will be performed on the NIH Campus in Bethesda, MD, and may involve NIH facilities located in Frederick, MD, Research Triangle Park, NC, Hamilton, Montana, Poolesville, MD, and NIH facilities located in the Baltimore/Washington Metropolitan area. D.Contractor Tasks: The contractor must meet and provide; but not limited to the following items: •Contractor must possess a Public Trust Level 5 Clearance or higher. •At least one primary on site staff member will process an operational knowledge of the National Fire Protection Association and the Commission on Fire Accreditation International standards, requirements, and/or assessments. The Project Manager for the contractor, and up to one additional contract staff, will be made available, at the discretion of the Government Project Officer, during a National, regional or local crisis/emergency. Contract staff will work under the technical discretion of the DFRS Project Officer in preparedness for emergency operations. The contractor will be required to provide a wide range of tasks. These tasks, listed below, will vary in their scope and will depend on current requirements which will be dictated by events or circumstances at any given time. The tasks listed below provide an overarching view of those tasks the contractor will be required to perform at any given time. The expectation of the Government is to achieve compliance with National Fire Protection Association 1500, Fire Department Safety and Health Program and accreditation through the Commission on Fire Accreditation International. •Developing, conducting fire service compliance initiatives •Developing emergency plans and procedures •Developing action plans •Coordinating the necessary processes for the development and implementation accreditation initiatives •Providing program management support to the DFRS Program and its staff •Coordinating the development of an NIH interoperable communication capability •Coordinating the DFRS interaction with the NIH Vital Records Program as specified in Federal Contingency Directive 1 & 2 •Coordinating the implementation of DFRS emergency response exercises •Mentoring staff in the enhancement of the DFRS Emergency Preparedness Program •Provide guidance and support for the DFRS role in development and implementation of the NIH COOP Crisis Response Team initiative •Provide support and guidance for the development and implementation of emergency response and crisis mitigation initiatives •Provide support and guidance in activities and initiatives associated with complying with Federal mandates focusing on health safety, life safety, environmental safety, and agency continuity and the continuity of Government •Provide direct support to the DFRS during crisis/emergencies as necessary •Providing support with evacuation programs i.e. mass evacuation, leased facility evacuation, etc. •Providing facilitation services for meetings and exercises •Conducting benchmarking activities to evaluate services E.Labor Categories: Project ManagerExtensive experience in emergency fire and rescue response, emergency management plan development, and emergency response preparedness planning. Supervisory and program management experience in emergency management within a Federal biomedical research environment or similar environment. Principal Extensive experience in direct emergency fire and rescue response, emergency management plan development, and emergency response preparedness planning. Supervisory and program management experience in emergency management planning within a Federal biomedical research or similar environment. AssociateExperience in direct emergency fire and rescue response, emergency management planning, COOP planning, emergency evacuation of patients and hospital staff and emergency evacuation within a research or similar environment. ResearcherThe ability to conduct research, conduct interviews, analyze obtained information and develop briefings, reports and other documents as required, and present findings to staff and managers. F.Review and Approval: All work shall be performed in a professional manner and all tasks must be met as defined in the Statement of Work in the time frame directed by the Project Officer. Contractor agrees to use its best efforts to undertake, carry out and complete for the Government, in a satisfactory and competent manner, all work and services described in the contractor tasks. This work will be submitted to Government for review. Contractor agrees to maintain liaison with the Government to ensure a well integrated project effort. G. Reports and Deliverables: The contractor shall provide the Government a monthly progress report and shall be delivered to the Project Manager, Mr. Jonathan Mattingly, Director, Division of Fire and Rescue Services, 51 Center Dr., Bldg 51, Room 100, Bethesda, Maryland, 20892. The progress report shall include but not limited to: Hours, Costs, Tasks, Suggestions, Future Trends, and Development.. III. Clauses 1. Option to Extend Services (Nov 1999)(FAR 52.217-8) 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 30 days of contract expiration. 2. Option to Extend the Term of the Contract (Mar 2000)(FAR 52.217-9) a.The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 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 provision. c.The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 3. 52.219-6 -- Notice of Total Small Business Set-Aside (June 2003). Notice of Total Small Business Set-Aside (June 2003) (a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. 4. Project Officer The following Project Officer will represent the Government of the purpose of this contract: [ To be determined upon award] The Project Officer is responsible for: (l) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the performance work statement and any other technical performance requirement; (3) performing technical evaluation as required; (4) performing technical inspections and acceptance required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. For guidance from the Project Officer to the Contractor to be valid, it must: (l) be consistent with the description of work set forth in this contract; (2) not constitute new assignment of work or change to the expressed terms, conditions, or specifications incorporated into this contract; (3) not constitute a basis for an extension to the period of performance or contract delivery schedule; (4) not constitute a basis for any increase in the contract price or extension to the contract delivery. The Contracting Officer is the only person with the authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (l) direct or negotiate any changes in the performance work statement or specifications; (2) modify or extend the period of performance; (3) change the delivery schedule; or (4) otherwise change any terms and conditions of this contract. The Government may unilaterally change the Project Officer designation at any time. 5. Technical Direction Work performance shall be subject to the technical direction of the Project Officer. The term “technical direction” is defined to include, without limitation, the following: (a)Directions to the Contractor which redirect the contract effort, such as shift work emphasis between work areas or tasks, require pursuit of certain lines of inquiry, fill in details or otherwise serve to accomplish the contractual performance work statement. (b)Provisions of information to the Contractor which assists in the interpretation of drawings, specifications or technical portions of the work description. (c)Review and, as required by the contract, approval of technical reports, drawings, specifications or technical information to be delivered by the Contractor to the Government. Technical direction must be within the general scope of the work stated in the contract. The Project Officer does not have authority to and may not issue any technical direction which (i) constitutes an assignment of additional work outside the general scope of the contract; (ii) constitutes a change as defined in the contract clause entitled “Changes;” (iii) in any manner causes an increase or decrease in the total estimated contract cost, the fixed fee or the time required for contract performance; or (iv) change any of the expressed terms, conditions, or specifications of the contract. The Contractor shall proceed promptly with the performance of technical directions duly issued by the Project Officer in the manner prescribed by this Article and within his authority under the provisions of this Article. If, in the opinion of the Contractor, any instruction or direction issued by the Project Officer is within one of the categories as defined in (i) through (iv) above, the Contractor shall not proceed but shall notify the Contracting Officer in writing within five (5) working days after the receipt of any such instruction or direction and shall request the Contracting Officer to modify the contract accordingly. Upon receiving such notification from the Contractor, the Contracting Officer shall issue an appropriate contract modification or advise the Contractor in writing that, in his opinion, the technical direction is within the scope of this Article and does not constitute a change under the Changes clause of the contract. The Contractor shall thereupon proceed immediately with the direction given. A failure of the parties to agree upon the nature of the instruction or direction or upon the contracting action to be taken with respect thereto shall be subject to the provisions of the contract clause entitled “Disputes.” 6. Key Personnel The personnel specified in this contract are considered to be essential to the work to be performed hereunder. Prior to diverting any of the specified individuals to other programs, the Contractor shall notify the Contracting Officer reasonably in advance and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the program. No diversion shall be made by the Contractor without the written consent of the Contracting Officer; provided, that the Contracting Officer may ratify in writing such diversion and such ratification shall constitute the consent of the Contracting Officer required by this article. The contract may be amended from time to time during the course of the contract to either add or delete personnel, as appropriate. The following individuals are considered to be essential to the work being performed hereunder: [To be completed at the time of award] 7. Invoice Submission a.Invoice Instruction for NIH Fixed-Price Type Contracts, NIH(RC)-2, are attached and made part of this contract (see Attachment 1). The invoice instructions and the following directions for the submission of invoices must be followed to meet the requirements of a “proper” invoice, pursuant to FAR 32.9. (1)Invoices shall be submitted as follows: a.Invoice Instruction for NIH Fixed-Price Type Contracts, NIH (RC)-2, are attached and made part of this contract. The invoice instructions and the following directions for the submission of invoices must be followed to meet the requirements of a “proper” invoice, pursuant to FAR 32.9. Invoices/financing requests shall be submitted as follows: (a)To be considered a "proper" invoice in accordance with FAR 32.9, Prompt Payment, each invoice shall clearly identify the two contract numbers that appear on the face page of the contract as follows: Contract No. (This is the 17 digit number that appears in Block 2 of the SF-1449, i.e. HHSN261200411000C.) ADB Contract No. (This is the 10 digit number that appears in the upper left hand corner of the SF-1449. i.e. N01-CO-41234.) (b)One (1) original and one (1) copy to the following designated billing office: National Institutes of Health Office of Financial Management (OFM) Commercial Accounts 2115 East Jefferson Street Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 Two (2) copies to the Contracting Officer as follows: National Institutes of Health Office of Acquisitions (OLAO) Attn: Terita R. Stevenson 6011 Executive Blvd, Rm 539-C, MSC 7663 Bethesda, MD 20892-7663 The Contractor shall submit an electronic copy of the payment request to the approving official in lieu of a paper copy. The payment request shall be transmitted as an attachment via e-mail to the address listed above in a format compatible with the computer systems at NIH [e.g., MS Word, MS Excel, or Adobe Portable Document Format (PDF)]. (Note: The original payment request must still be submitted in hard copy and mailed to the designated billing office to meet the requirements of a “proper invoice.”)] (2)In addition to the requirements specified in FAR Subpart 32.9 for a proper invoice, the Contractor shall include the following information on all payment requests: (a)Name of the Office of Acquisitions. The Office of Acquisitions for this contract is OA, OLAO (b)Central Point of Distribution. For the purpose of this contract, the Central Point of Distribution is OAOLAOB3@mail.nih.gov. (c)Vendor Identification Number. This is the 7 digit number that appears after the Contractor’s name in Block 7 of Standard Form 26. (Note: This only applies to new contracts awarded on/after June 4, 2007, and any existing contract modified to include the number.) (d)DUNS number or DUNS+4 that identifies the Contractor’s name and address exactly as stated on the face page of the contract. (e)Identification of whether payment is to be made using a two-way or three-way match. This contract requires a three-way match. (2)Inquiries regarding payment of invoices should be directed to the designated billing office, (301) [496-6452/496-6088]. 8. Post Award Evaluation of Contractor 1.Contractor Performance Evaluations Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR 42.15. The final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluations will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. 2.Electronic Access to Contractor Performance Evaluations Contractors that have Internet capability may access evaluations through a secure Web site for review and comment by completing the registration form that can be obtained at the following address: http://ocm.od.nih.gov/cdmp/cps_contractor.htm The registration process requires the contractor to identify an individual that will serve as a primary contact and who will be authorized access to the evaluation for review and comment. In addition, the contractor will be required to identify an alternate contact who will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time frame. 9. Government Property When tasks are designated as on-site and it is deemed necessary, the Government will furnish a desk and other appropriate office furniture, computer terminal, printer and fax machine if so required, telephone, telephone instruments, and other material appropriate to performance of the tasks. No secretarial support will be provided. If germane to the task, the Government will furnish computer resources so that software related activities may be accomplished on the same system which the software will be operating. In addition to the requirements of the Clause, GOVERNMENT PROPERTY, incorporated in Section IV of this contract, the Contractor shall comply with the provisions of DHHS Publication (OS) 686, Contractor’s Guide for Control of Government Property, (1990), which is incorporated into this contract by reference. This publication provides a summary of the basic policies and procedures for contractors to follow in the management, control and use of government property provided under a DHHS contract. A copy of this publication is available at: http://knownet.hhs.gov/log/AgencyPolicy/HHSLogPolicy/contractorsguide.htm 10. Damage to Government Property from Causes Other Than Contractor’s Negligence Nothing in the preceding clause shall be considered to preclude the Government from receiving the benefits on any insurance the Contractor may carry which provides for indemnification for any loss or destruction of, or damage to property in the custody and care of the Contractor where such loss, destruction or damage is to Government Property. The Contractor shall do nothing to prejudice the Government's right to recover against third parties for any loss of, destruction of, or damage to Government Property, and upon the request of the Contracting Officer shall, at the Government's expense, furnish to the Government all responsible assistance and cooperation (including assistance in the prosecution of suit and the execution of instruments of assignment in favor of the Government) in obtaining recovery. 11.Insurance As referenced in the Section IV, Federal Acquisition Regulation (FAR) clause number 52.228-5, Insurance -Work on a Government Installation, the Contractor shall have and also require of any first-tier subcontractors who will perform work on a Government installation, to procure and maintain the insurance required below during the entire period of their performance. The Contractor shall have the required insurance at the time of contract award. The Contractor shall furnish to the Contracting Officer, within three (3) days after date of contract, a certificate of insurance evidencing the below coverage. At all times during performance of the contract, the Contractor shall maintain with the Contracting Officer a current Certificate of Insurance showing at a minimum the insurance required below. The Contractor shall furnish (or assure that there has been furnished) to the Contracting Officer a current Certificate of Insurance meeting the requirements stated herein for each such first-tier subcontractor, at least five (5) days prior to entry of each such subcontractor's personnel on the Government installation. Thirty (30) days written notice shall be provided to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. Insurance coverage shall be in the following minimum amounts: 1) Worker’s Compensation and Employer’s Liability - $100,000 2) General Liability - Bodily injury liability coverage written on the comprehensive form of policy of at least $500,000 per occurrence 3) Automobile Liability - $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. 12. Press Releases Pursuant to the current HHS annual appropriations act, the Contractor shall clearly state, when issuing statements, press releases, requests for proposals, bid solicitations and other documents describing projects or programs funded in whole or in part with Federal money: (1) the percentage of the total costs of the program or project which will be financed with Federal money; (2) the dollar amount of Federal funds for the project or program; and (3) the percentage and dollar amount of the total costs of the project or program that will be financed by nongovernmental sources. 13. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent existence of fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector General’s Office in writing or on the Inspector General’s Hotline. The toll free number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The e-mail address is Htips@os.dhhs.gov and the mailing address is: Office of Inspector General Department of Health and Human Services TIPS HOTLINE P. O. Box 23489 Washington, D.C. 20026 14. Non-Personal Services This contract is a “non-personal services contract” as defined in Federal Acquisition Regulation (FAR) Subpart 37.1. It is, therefore, understood and agreed that the Contractor and/or the Contractor’s employees: (1) shall perform the services specified herein as independent contractors, not as employees of the Government; (2) shall be responsible for their own management and administration of the work requirements and bear sole responsibility for complying with any and all technical, schedule, or financial requirements or constraints attendant to the performance of this contract; (3) shall be free from supervision or control by any Government employee with respect to the manner or method of performance of the services specified; but (4) shall, pursuant to the Government’s right and obligation to inspect, accept or reject the work, comply with such general direction of the Contracting Officer, or the duly authorized representative of the Contracting Officer, as is necessary to ensure accomplishment of the contract objectives. 15. Anti-Lobbying a. Pursuant to Public Law(s) cited in paragraph c., below, contract funds shall only be used for normal and recognized executive-legislative relationships. Contract funds shall not be used, for publicity or propaganda purposes; or for the preparation, distribution, or use of any kit, pamphlet, booklet, publication, radio, television, or video presentation designed to support or defeat legislation pending before the Congress or any State legislature, except in presentation to the Congress or any State legislature itself. b. Contract funds shall not be used to pay salary or expenses of the Contractor or any agent acting for the contractor, related to any activity designed to influence legislation or appropriations pending before the Congress or any State legislature. IV.Technical Criteria/Method of Review A.Evaluation Factors The major evaluation factors for this solicitation include technical, which encompasses experience and past performance factors, and cost/price factors. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall decision. All evaluation factors, other than cost/price, when combined, are significantly more important than cost or price. Offerors are advised that award will be made to that offeror whose proposal provides the combination of features that offers the best or greatest overall value to the Government. The Government is more concerned with obtaining performance capability superiority rather than lowest overall cost. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior performance. Overall cost to the Government may become the ultimate determining factor for award of a contract as proposals become more equal based on the other factors. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFP. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFP. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed below. B. Technical Evaluation Criteria: The evaluation criteria are used by the technical evaluation committee when reviewing the technical proposals. The criteria below are listed in the order of relative importance with weights assigned for evaluation purposes. 1.UNDERSTANDING THE REQUIREMENT- 45 Points The offeror’s technical proposal will be evaluated on how well the proposal presents a clear understanding of the contract objectives and the degree to which the proposal presents a reasonable, feasible, and sound process or plan for accomplishing the tasks specified in the Statement of Work. This shall include the overall plan of operation and how on-site coordination of the contract will be accomplished. The proposal will be evaluated on how well it demonstrates that the offeror knows the subject well enough to anticipate and avoid problems, and to react appropriately when problems arise. 2.PERSONNEL – 20 Points The offeror shall identify the availability, qualifications, and experience of all personnel to be employed in direct performance of the work set forth herein. Proposed personnel will be evaluated on the degree to which their qualifications and expertise are relevant to the project ensuring appropriate and competent staff and the likelihood of successfully accomplishing the work. Offerors shall submit résumés of proposed personnel which will be evaluated based on the length and variety of experience related to the tasks of the contract. Signed letters of commitment for each proposed candidate shall be included in the technical proposal as well. Public Trust Level 5 Clearance or higher documentation shall be included in the resumes. If applicable, proposed relationships with proposed subcontractors should be described with letters of agreement provided. 3.CORPORATE EXPERIENCE- 20 Points The Government will evaluate the offeror’s corporate experience based on information provided by the offeror. The Offeror will be evaluated based on their demonstrated experience in managing projects of similar size, scope and content. The Offeror must possess an in-depth knowledge of the NIH or similar Federal Biomedical Research Facility, its emergency management programs, response and recovery operations, IT infrastructure and recovery program, COOP programs and its cultural environment. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s record of experience with tasks similar to those performed under the resultant contract. 4.MANAGEMENT PLAN- 15 Points The offeror’s management plan shall be evaluated on the adequacy of its organizational structure to direct, manage, and control the project. An evaluation will be conducted on how clearly presented are the following components of the management plan: •Relevancy of corporate capability and experience as it relates to the contract objectives set forth herein. •An organizational chart delineating lines of authority and responsibilities of the offeror. •Qualifications and experience of the corporate management personnel, the role they will assume in the on-site contractual support, and how the offeror’s project management, tracking, and accountability systems will add value to the contract. •Quality control provisions as they relate directly to the requirements of this project. •Contingency provisions to ensure continuity and stability of the offeror’s contractual obligations. C.Past Performance – An evaluation of offeror's past performance information will be conducted subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal would not be selected for award based on the results of the evaluation of factors other than past performance. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. The following rating method shall be used in the evaluation of past performance information: +2 Excellent - Based on the offeror's performance record, no doubt exists that the offeror will successfully perform the required effort. Sources of information are consistently firm in stating that the offeror's performance was superior and that they would unhesitatingly do business with the offeror again. +1 Good - Based on the offeror's performance record, little doubt exists that the offeror will successfully perform the required effort. Sources of information state that the offeror's performance was good, better than average, etc., and that they would do business with the offeror again. 0 None - No past performance history identifiable. -1 Marginal - Based on the offeror's performance record, some doubt exists that the offeror will successfully perform the required effort. Sources of information make unfavorable reports about the offeror's performance and express concern about doing business with the offeror again. -2 Poor - Based on the offeror's performance record, serious doubt exists that the offeror will successfully perform the required effort. Sources of information consistently stated that the offeror's performance was entirely unsatisfactory and that they would not do business with the offeror again. -1 Marginal - Based on the offeror's performance record, some doubt exists that the offeror will successfully perform the required effort. Sources of information make unfavorable reports about the offeror's performance and express concern about doing business with the offeror again. -2 Poor - Based on the offeror's performance record, serious doubt exists that the offeror will successfully perform the required effort. Sources of information consistently stated that the offeror's performance was entirely unsatisfactory and that they would not do business with the offeror again. D. Evaluation of Options It is anticipated that any contract awarded from this RFP will contain option provisions and periods. In accordance with FAR Clause 52.217-5, Evaluation of Options, (July 1990), the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interest. Evaluation of options will not obligate the Government to exercise the option(s). IV.Provisions and Clauses The provisions and clauses applicable to and incorporated in this RFP are those in effect through Federal Acquisition Circular 2005-26 The following FAR provisions apply to this acquisition: 52.212-1, Instructions to Offerors—Commercial Items (JAN 2006) and 52.212-2, Evaluation—Commercial Items (JAN 1999). The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2003); and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (FEB 2006), as well as the following clauses cited therein: 52.219-14, Limitation on Subcontracting (DEC 1996); 52.222-26, Equal Opportunity (APR 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); and 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001); 52.228-5, Insurance—Work on a Government Installation (JAN 1997); 52.245-2, Government Property (Fixed-Price Contracts) (MAY 2004) Alternate I (APR 1984) V.Offers Offers shall reference RFP number NIHOD2008091 and be sent to the attention of Terita Stevenson, Contract Specialist, National Institutes of Health, Office of Acquisitions, OLAO, 6011 Executive Blvd., Room 539C, Bethesda, MD 20892. If you are using a courier, express mail, federal express or UPS, the city, state and zip code must read ROCKVILLE, MD 20852. Offerors shall submit an original and five copies of their technical proposal, business proposal, and all certifications outlined below. The technical and business proposals must be separate documents. The technical proposal must not contain reference to cost; however, adequate information must be contained in the technical proposal so that the contractor’s understanding of the scope of work may be evaluated. The business proposal shall provide a fixed loaded hourly rate for each of the labor categories listed in the Pricing Schedule for the base year and each option year. The fixed rate shall be multiplied by the quantity to determine the total price for each labor category. The business proposal shall also include a fully-executed copy of the Federal Acquisition Regulation (FAR) provision 52.212-3, Offeror Representations and Certifications—Commercial Items (MARCH 2005) and the offeror’s DUNS number. The full text of FAR provisions and clauses can be accessed electronically at http://acquisition.gov/far/index.html. Proposals must be received by 1:00 PM EST, Monday, September 15, 2008. OFFERS MUST BE SIGNED. No oral or faxed offers will be accepted. All responsible sources, capable of fulfilling the requirements of this solicitation, may submit an offer which will be considered. Offers that do not include required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. NOTE: ANY AMENDMENTS TO THIS SOLICITATION WILL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. Questions regarding RFP# NIHOD2008091 may be submitted electronically to stevenst@od.nih.gov until 2:00 PM EST, Monday, September 8, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7b3fbf22f5b246dd9417692c4b2f0a19&tab=core&_cview=1)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01659457-W 20080906/080904221155-7b3fbf22f5b246dd9417692c4b2f0a19 (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.