SOLICITATION NOTICE
B -- Development of Information Management Processes Balanced Scorecard and Performance Metrics for Public-Private Partnerships at FDA
- Notice Date
- 6/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA1057307
- Archive Date
- 7/15/2009
- Point of Contact
- David - Kordel,
- E-Mail Address
-
david.kordel@fda.hhs.gov
(david.kordel@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Subject: Development of Information Management Processes Balanced Scorecard and Performance Metrics for Public-Private Partnerships at FDA. Solicitation Number: FDA1057307 Response Date: 30 June 2009 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 for full and open competition. 1.TITLE – Development of Information Management Processes, Balanced Scorecard and Performance Metrics for Public-Private Partnerships at FDA 2. BACKGROUND – FDA’s mission to protect and promote public health is as grand as its jurisdiction. To maintain the trust and the confidence of the public we serve—extending beyond regulatory roles—FDA must rise to the challenges of bridging scientific gaps—and be seen as an engaged partner rather than a barrier. As the development path for all products under FDA’s watch has become increasingly inefficient and costly, non-traditional models of collaboration that leverage expertise and resources must be developed to tackle scientific problems and inform FDA’s regulatory decisions. The current climate of scarce resources and high demands for cheaper, safer and more effective products creates an imperative need for strategic partnerships with FDA’s stakeholders. Therefore, FDA will need to fortify and expand the scope of existing partnerships, develop novel business models and become more pro-active if it is to deliver on its responsibilities as leaders under the Department of Health and Human Services—thereby reinforcing FDA’s status as the gold standard regulatory authority. FDA must pioneer new paths as it anticipates innovative technologies and new challenges. The Public-Private Partnership (PPP) Program Team within the Office of the Commissioner (OC), FDA is constituted operating under the Congressional mandate: Subchapter E of chapter V of the Federal Food, Drug, and Cosmetic Act (21 U.S.C. 360bbb et seq.) and amended by: Legislation Authorizing public-private partnerships (PPP) at FDA under FDAAA, SEC. 566. This PPP Program is dedicated to the mission of FDA through the creation and maintenance of partnerships among FDA and other agencies within the Department of Health and Human Services, academia, regulated industry, patient advocacy groups, professional organizations, and other similar interested stakeholders. The PPP Program Team consists of highly trained scientific and administrative staff, located within the Immediate Office of the Commissioner, FDA and directed by the Senior Scientific Advisor, under the leadership of the Deputy Commissioner and Chief Scientist. PPPs facilitate collaboration among FDA and stakeholders—working along aligned missions and under mutually beneficial goals—to address important cross-cutting scientific and public health needs, in a pre-competitive atmosphere. Outcomes from these collaborations are transferred to the public domain for the benefit of all stakeholders. As transparency and operational effectiveness are key elements of all activities at Federal agencies, this FDA PPP program incorporates inclusivity and critical public health needs. Each area of focus must have performance metrics and meaningful outcomes that demonstrate a return on the taxpayer’s investments. PPPs represent a different mechanism of leveraging both public and private expertise and resources to bridge scientific gaps and address public health issues. As such, many of the traditional performance metrics and outcome measures cannot fully quantify the results of creative programs—many of which are unprecedented in scope, timelines and deliverables—and new methods to capture information and measure progress are needed. Therefore, FDA seeks, under its Office of Scientific and Medical programs and its public health mission, to grant an award to for the development of performance metrics, a balanced scorecard and information management processes to sustain these PPPs and to facilitate meaningful reporting on the outcomes thereof. 3. OBJECTIVES – State the objective(s) or desired results. PPP mechanisms create an environment where multiple stakeholders can assemble and pool resources and expertise in order to solve a common problem. FDA has created, implemented and currently managing a number of PPPs. In the context of the aforementioned activities of the PPP Program within the Immediate Office of the Commissioner, FDA, the objectives of this Statement of Work includes: 1.Develop rigorous processes for the quantification of the value of PPPs to the FDA, partners, and the public; 2.Provide expert recommendations for the methods and tools to support the creation, implementation, monitoring, and optimization of PPPs; 3.Develop an information management system in facilitate easy storage, annotation, and retrieval of information associated with PPPs; and 4.Perform and publish detailed analysis and document selected PPPs )a case study approach) including their core purpose and mission, entities involved, perceptions of a broad rang of stakeholders, and assessment of the value generated by the PPPs. 4. SPECIFIC TASKS – The following tasks shall be performed by the contractor, with key input from FDA staff: •Develop and conduct surveys with partners and stakeholders for a selection of existing PPPs, compile data, and publish the case studies in peer-reviewed journals and/or on the FDA website; •Develop a system of metrics for qualitative and quantitative analysis and measurement of stakeholder contributions to these PPPs; •Develop a Balanced Scorecard to assess the value of projects/studies being conducted under PPPs; and •Design and implement a relational database to capture relevant data about the PPP program and calculate reports based upon the metrics and Balanced Scorecard identified above. Under this Statement of Work, the following three (3) deliverables will be achieved: Deliverable #1 Conceptual enterprise model describing the nature of data structure of PPPs. Instantiation of the model to be implemented in a relational database. Documentation related to the model. Deliverable #2 Conceptual model for quantifying the value generated by a PPP. Identification of specific metrics and recommendations for data gathering procedures. Generation of a Balanced Scorecard. Report describing the measurement process. Deliverable #3 Case studies of at least 3 PPPs. Each case study shall include (1) background research, (2) interviews with key stakeholders, (3) survey-based data collection. Each case study shall be documented in a white paper. 5. REPORTING REQUIREMENTS – The contractor shall provide a report to the Project Officer and other designated staff at FDA. The contractor shall also produce progress reports at the close of the 9th and 18th month following the award of the 18-month purchase order. The reports shall be provided in electronic and printed format to the Project Officer. The format, length and other specifications of the final report shall be determined by the Project Officer and communicated, in writing, to the contractor, such report to contain, at a minimum: (1) a summary of all work conducted; (2) the results and conclusions derived from the study/ies; (3) the next steps (if the study is not completed). The final report shall be submitted in both electronically and in hard copy to the Project Officer within thirty (30) days after the end of the contract period of performance. As requested by the Project Officer, the PI, or his/her designate, shall be required to present and/or co-present at designated scientific meetings and conferences, with FDA staff, the findings of the study in an agreed-upon format. The PIs shall be required to co-author, with FDA, as designated by the Project Officer, a series of at least 3 publications in peer-reviewed journals and/or the FDA website to ensure that the findings of the study/ies, are widely communicated in the public domain for the benefit of FDA stakeholders, including industry, academia, and the US public. The aforementioned reports and publications may be used by FDA in its normal business in informing regulatory review and in the conduct of additional studies. 6. QUALIFICATION REQUIREMENTS – The contractor selected for the performance of this statement of work shall have specific experience in the business evaluation of PPPs related to medicine or healthcare-related issues as evidenced by publications in peer-reviewed journals. The contractor’s technical training equivalent shall be a Ph.D. or MBA (or both) level with a strong background in the development of metrics for calculation of value propositions, development of relational databases to collect, catalog, and store data related to value calculations, and information technologies for the implementation of program and project tracking systems. It is imperative that the contractor has access to the necessary expertise and resources to complete the objectives of the contract. 7. PLACE AND PERIOD OF PERFORMANCE, WORK DAYS, AND TRAVEL – a.PLACE OF PERFORMANCE. The contractor’s place of performance shall include any appropriate offices and other facilities necessary for the conduct of the deliverables enumerated above. b.PERIOD OF PERFORMANCE. The period of performance is not to exceed eighteen (18) months from the date of award of the contract. Except for the travel listed in paragraph 7.d. below, all work will be at the contractor’s location. c.ESTIMATED WORK DAYS. An estimate of 5% effort will be performed by the contractor’s lead personnel on this project per year and 40% combined effort will be performed by graduate assistants on this project per year. d.TRAVEL: Trips are contemplated as follows: Five, 1-day trips to FDA’s White Oak or Parklawn facilities by the Principal Investigator and other necessary staff. 8. PROJECT MATERIALS & GOVERNMENT FURNISHED EQUIPMENT (GFE). Identify project materials that may be used during the course of the task. For tasks where the work is performed at a Government installation, the task sponsoring agency should provide all necessary materials. GFE: In general, the task sponsoring agency should provide all necessary equipment to complete an SSP task. The purchase of equipment will be considered on a case by case basis; however, the SSP may not be used solely to procure permanent equipment. 9. Pricing Information. A resume is required for the position which measures the qualifications and experience of the proposed contractor detailed in the requirement. A “man year” equates to 1880 hours. One resume is to be provided for the combined labor category as follows: Professor (Labor code 25-1011), Assistant Professor (Labor code 25-1011), and Graduate Assistant (Labor code 25-1191) A total of one (1) resume shall be included with your proposal for evaluation. Resumes shall not be submitted for the labor categories containing zero hours. Personnel proposed by the offeror will be evaluated for their formal education/training, technical skills and years of experience against the desired qualifications set forth in Attachment A. All resumes shall be weighted equally for evaluation purposes. Resumes that meet the desired qualifications will be scored in the acceptable range, while those that exceed the desired requirements of education and/or experience will be scored higher." For instance, if the requirement is for a Master's degree and the proposed person has a PhD they would receive extra credit (i.e. Acceptable versus Exceptional). The resumes will be scored against the following criteria: 1. Formal Education and/or training. 2. General Experience. 3. Specialized Experience. 4. Previous work experience clearly indicates skill and ability to perform in the labor category for which he/she is being proposed. A price breakdown should be submitted in the following format for evaluation: Base Year: I.Fully Burdened Hourly Rate Item description: a.Professor/Assistant Professor: 150 hours at a rate of $____ per hour = $______ or $______/month or __ hours/month b.Graduate Student: 1200 hours at a rate of $____ per hour = $______ or $______/month or __ hours/month Total Fully Burdened Hourly labor costs = $_______ ($_______/month or ____ hours/month) Option Year 1: Total Fully Burdened Hourly labor costs $______ Period of Performance: 18 month “base year” and 1 option year. QUESTIONS DEADLINE: all questions must be received by email (david.kordel@fda.hhs.gov) before 4:30 pm (1630) EST on 22 June 2009. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," 2) Past Performance, and 3) Price. Technical Capability and Past Performance is significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include their understanding of the requirement and any past performance that can support your quote or other literature which CLEARLY DOCUMENTS that the offered service meets or exceeds the specifications stated herein. This announcement constitutes the only solicitation and a written solicitation will not be issued for the development of information management processes as defined herein. The Government intends to award a Labor Hour Purchase Order under Simplified Acquisition Procedures. Additionally, all quotes shall include a technical volume not exceeding 15 pages (not including resumes & past performance), and a price volume; FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 611710; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, Rockville, MD 20857. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on 30 June 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1057307/listing.html)
- Record
- SN01845571-W 20090617/090615235637-f3d26db0358b9cd1abb680841d48582a (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 |