SOURCES SOUGHT
R -- Assessment, Analytical, Logistics and Other Assistance for Global HIV/AIDS Office
- Notice Date
- 11/2/2009
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 10-HAB-001
- Archive Date
- 12/1/2009
- Point of Contact
- Dottie L Watson, Phone: 301-443-2752
- E-Mail Address
-
dwatson@hrsa.gov
(dwatson@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide supplemental expert assistance and support to the Health Resources & Services Administration’s (HRSA) HIV/AIDS Bureau’s (HAB) Global HIV/AIDS Office (HRSA/HAB/Global Program). The most significant purpose of this proposed contract is to identify qualified consultants to assist with site and partner assessments in developing countries being funded under the President’s Emergency Plan for Aids Relief (PEPFAR). International travel and associated arrangements for consultants would also be an activity within the scope of this contract. A second purpose is to identify qualified consultants to periodically assist with planning activities, periodically provide training and other development support to HRSA/HAB/Global Program staff, perform program evaluation, and occasionally review documents and provide feedback to HRSA/HAB/Global Program team. This support would provide strategic direction to the Program overall as well as help staff learn individually and collectively to improve work processes, increase grantee/employee satisfaction, promote effective knowledge transfer and provide enhanced technical/programmatic support to HRSA/HAB/HRSA/HAB/Global Program grantees. A third purpose is to provide logistical support for a number of possible meetings some of which may occur in Africa or elsewhere internationally. The Global HIV/AIDS Program manages HIV care and treatment programs in Africa and the Caribbean. Over the next several years each country program is to be transitioned to the government or to local partners. This transfer of US Government funding and responsibility to new partners requires assessments and other activities to assure that new partners have the capacity to appropriately manage these funds and appropriately care for patients. HRSA creates teams which include staff from HRSA and CDC as well as consultants to assess new partners and the sites they propose to manage. HRSA already has a set of consultants but needs a larger group of qualified consultants to provide sufficient availability for approximately eight assessments per year. In addition, this contract involves making any travel arrangements for the consultants including obtaining visas, travel insurance, and immunizations as well as processing payments for all consultant activities. Consultants are also needed to assist the Global HIV/AIDS Program with a number of activities which may include staff development, strategic planning, program evaluation, training and document review. The contract also requires travel and other arrangements for these consultants as well as processing of payments to consultants. The Global HIV/AIDS Program may host one or more meetings annually. It is possible that such a meeting could be held in a developing country though no international meetings are anticipated at this time. More likely is a meeting to be held in the US, possibly in the Washington DC Metropolitan Area, involving grantees or other partners. Any such meetings would require collaboration with the Global HIV/AIDS Program on event planning and logistics, and to help facilitate the event. Such an event would likely involve approximately 125 participants. Contractors will be required to: 1. Meet initially with the Project Officer and other(s) designated individuals; 2. Prepare minutes from initial meeting; 3. Create and refine work plan; 4. Provide monthly progress reports; 5. Provide monthly detailed financial reports; 6. Develop criteria and a recruitment plan and subsequently develop a roster of experts; 7. Provide summaries of all meetings with project officer; 8. Provide draft policy and evaluation documents(s); 9. Provide recommendations/implementation plans; and 10. Submit final plan or report. Qualified contractors (in team or alone) must satisfy the following minimum requirements. Provide a detailed description of your company’s experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: 1. Identify consultants with appropriate experience to meet the various consulting needs of the program. 2. Make travel and other arrangements for travel to international locations. 3.Consistently, accurately and on a timely basis process payments to consultants for time worked and for expense reimbursement. 4.Manage all logistics associated with a meeting to be held in the U and involving approximately 125 participants. 5.Consistently meet reporting requirements. In addition, contractor (in team or alone) must possess: 1. Prior experience in contracts of the type; 2. History of adherence to contract schedules, including the administrative aspects of performance; 3. Sufficient information management and computer resources for contract implementation; 4. Reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and 5. Ability to address operational issues that impact survey performance. In addition, it is preferable that the Contractor has experience working with federal contracts meeting deadlines while maintaining flexibility in the work process. A cost reimbursement type contract is anticipated, for a base year and four option years. This is a new requirement. The NAICS Code is 541611, with a small business size standard of $7.0 m. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform specific work as required. Responses must directly demonstrate company’s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 (“Limitations on Subcontracting”). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall not exceed 30 single-spaced pages, excluding attachments, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541611 (size standard $7m or number of employees) and status, if qualified as an 8 (a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contracting Officer not later than 3:00 pm eastern standard time on November 16, 2009 for consideration. Please forward responses via e-mail to dwatson@hrsa.gov and forward by delivery, surface mail or fax to the following address: 5600 Fishers Lane, Rockville, MD 20857, Fax 301-443-5295. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications and to enhance the Governments’ understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3026383a45fe1121ab21ba19b98e0cd3)
- Record
- SN01996431-W 20091104/091102235108-3026383a45fe1121ab21ba19b98e0cd3 (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 |