SOLICITATION NOTICE
R -- Managing Suicidal Behavior Guide revision Consultants - Attachments
- Notice Date
- 4/6/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- F2M4AK9321A002
- Archive Date
- 5/18/2010
- Point of Contact
- Scott B. Thompson, Phone: 2105364617
- E-Mail Address
-
scott.thompson.ctr@brooks.af.mil
(scott.thompson.ctr@brooks.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4: CDRL 2 Attachment 3: CDRL 1 Attachment 2: Schedule B Bid Schedule Attachment 1: Performance Work Statement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F2M4AK9321A002 is issued as a request for quote (RFQ), entitled Air Force Guide for Managing Suicidal Behavior Subject Matter Experts/Consultants (Two (2) Subject Matter Experts/Consultants). Air Force District of Washington Medical Operations AST Branch (AFDW/A7KM-S) Contracting Office intends to award a single 100% Small Business Set-Aside, Firm Fixed-Price contract to a Small Business to provide non-personal professional services. These two (2) non-personal professional services positions are required to serve as Subject Matter Experts (SMEs) for the revision of the Managing Suicidal Behavior Guide. The revision of the Managing Suicidal Behavior Guide will reflect the most advanced knowledge and practices with regard to the assessment, treatment and management of patients at increased risk for suicidal behavior. The contractor must possess the specific technical skills and knowledge along with operational expertise and experience as described in the attached Performance Work Statement (PWS), dated 4 November 2009. The North American Industry Classification System (NAICS) Code for this synopsis/solicitation is 541611 with a small business size standard of $7 million. All proposals will be evaluated based on FAR 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process. Award may be made with or without discussions with the offeror(s). Contract will consist of CLIN 0001, Subject Matter Experts (SMEs)/Consultants (2 each), in accordance with the attached PWS, Firm Fixed-Price and CLIN 0002, Travel, Cost Reimburseable in the amount of $3,500. Offerors shall not submit an alternate amount for CLIN 0002 as this CLIN will be evaluated based on the cost reimbursable amount of $3,500. The Period of Performance for this requirement will be 12 months. The estimated award date is 1 Jun 2010. The place of performance is HQ Air Force Medical Operations Agency (AFMOA), Port San Antonio, TX. FAR Provision 52.212-1, Instructions to Offerors - Commerical Items: Each Offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instructions to Offerors-Commercial Items and Addendum 1. Offeror(s) shall describe in detail their proposed approach. Offeror(s) shall use the Government provided Performance Work Statement (PWS) to develop their technical approach. Offeror(s) shall specifically explain how their approach will meet the key requirements of the PWS. Offeror(s) shall explain how their approach allows the flexibility to incorporate schedule and personnel changes, without a major schedule slip of the requirement. Offeror(s) shall also explain how their approach and choice of personnel will accomplish the tasks as outline support. Do not merely reiterate the objectives or reformulate the requirements specified in the solicitation. Offeror(s) shall identify the technical risks inherent in their specific approach. Offeror(s) shall provide a risk rating of high, moderate, or low; provide the rationale for each rating; and discuss the plan to mitigate each risk as it relates to meeting the requirements of the PWS. Any exceptions to the solicitation's terms and conditions must be fully explained and justified. Failure to provide any required information may result in an offer being determined non-responsive. Addendum 1 to FAR 52.212-1: (b) Submission of Offers. (12) General Instructions: (i) Interested parties capable of providing the specified services must submit a written offer via email to: Mr. Scott B. Thompson at scott.thompson.ctr@brooks.af.mil and Mr. Greg Santiago at gregory.santiago@brooks.af.mil. (ii) Do not send as an executable or.exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award. (iii) Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® and Microsoft ® Excel 2007 ®. PDF is Adobe ® Portable Document Format. (iv) Solicitation Questions. Any questions relating to the solicitation shall be submitted to the Contract Specialist and Contracting Officer noted in paragraph i above by 21 Apr 2010. Any questions received after this date may or may not be answered, due to time constraints of the solicitation. (v) Resumes are limited to three resumes per SME and a maximum of three (3) pages in length for each submitted resume and should be submitted without names. The minimum font size for the proposal pages are twelve (12) pitch. Compliance with page count limits shall be verified. If exceeded, the excess resumes/pages will not be read or considered in the evaluation of the proposal. (vi) Submit offer as follows: DOCUMENT CONTENTS FILE FORMAT - The minimum font size for the proposal pages are ten (12) pitch. A cover sheet should be bound in each book, clearly marked as to volume number, title, copy number, solicitation identification and the Offeror(s) name. Volume I, Technical Capability Proposal PDF or.doc Volume II,Cost/ Pricing and Contracting PDF or.doc and.xls Volume I: Technical Capability (Do not exceed 10 pages). Has a sound technical approach that has the potential to meet all (a) Performance Work Statement (PWS) requirements; (b) Demonstrates technologies used in the approach are viable, procurable and producible; (c) Has a sound risk mitigation approach for all identified technical risks; and (d) Provides an effective approach to manage and minimize schedule and personnel disruptions. Resumes are limited to three (3) pages in length and shall be submitted without names of candidates. Volume II: Cost/Price and Contract Documentation Proposal: (No page limit). In accordance with FAR 15.403-1(b) and FAR 15.403-3(a), information other than cost or pricing data may be required to support price reasonableness or realism in the absence of competition. Information shall be provided in accordance with FAR 15.403-5. If, after receipt of proposals, the CO determines that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the Offeror shall be required to submit cost or pricing data. All CLINs within the Schedule B will be evaluated for determination of reasonableness and affordability. Proposed schedule is provided (see Attachment 1) and is subject to change. The Government will rank all technically acceptable offers by price. Failure to provide prices as stated above may result in the rejection of the proposal. All cost or pricing information shall be addressed ONLY in the Cost/Price and Contract Documentation Proposal in Volume II. All dollar amounts provided in response to these instructions shall be rounded to the nearest whole dollar. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 60 days from the date specified for receipt of offers. FAR Provision 52.212-2 Evaluation-Commerical Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and attached PWS utilizing Lowest Price Technical Acceptable Source Selection technique IAW FAR Part 15. Evaluation may be made with or without discussions with the offeror(s). The Government technical evaluation team will evaluate the technical proposals on a acceptable/unacceptable basis, assigning ratings of Acceptable or Unacceptable. A decision on the technical acceptability of each Offeror's technical proposal shall be made. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for an award. The offers shall be evaluated against the following two (2) factors: Technical Capability and Price, when combined, are equal. Factor 1, Technical Capability Evaluation: Acceptable /Unacceptable Technically acceptability is defined as: (a) Contractor has a sound technical approach that has the potential to meet all minimum qualifications stated in the PWS para 2.2.3 Performance Requirements and sub-paragraphs starting with 2.2.3.1 thru 2.2.3.8. (b) Proposal demonstrates technologies used in the approach that are viable, procurable and producible. The Government may give further positive consideration for an approach that incorporates multiple source technologies. (c) Proposal has an approach that allows the flexibility to incorporate new technologies without a major revamp of the requirement. (d) Proposal has a sound risk mitigation approach for all identified technical risks. (e) Submitted an acceptable Quality Control Plan (if required), (f) Provides an effective approach to manage and minimize schedule and personnel disruptions. (g) Provide any exceptions and assumptions with justification. Technically unacceptability is determined by failure to meet the above technically acceptability requirements. Factor 2, Cost/Price The price evaluation will document the reasonableness and affordability of the proposed total price based upon a comparison of the Offeror's price to the Independent Government Estimate. When two or more technically acceptable offers are received (competition) and the lowest price is selected, the price of the lowest offerer can be concluded to be fair and reasonable. A price that is very low will be verified to assure that the offeror understands what is being asked for and has made no errors. In accordance with FAR 15.403-1(b) and FAR 15.403-3 (a), information other than cost or pricing data may be required to support price reasonableness or realism in the absence of competition. Information shall be provided in accordance with FAR 15.403-5. If, after receipt of proposals, the CO determines that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the Offeror shall be required to submit informal cost or pricing data. Any exceptions to the solicitation's terms and conditions must be fully explained and justified. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. Questions shall be submitted in writing regarding the PWS and the terms and conditions of this synopsis/solicitation by mail, courier, email or fax. Questions must be received in the office designated herein by 12:00 PM Central Standard Time (CST) on 21 Apr 2010. Technical Capability and Cost/Price-Contracting proposals volumes are due NLT 2:00 PM Central Standard Time (CST) 3 May 2010. Any proposals received after designated closing date and time will not be considered for award. Potential offerors are to review and address the attachments which includes the Performance Work Statement (dated 4 Nov 2009) (Attachment 1), Section B Proposed CLIN structure (Attachment 2) and Contract Data Requirements List (CDRL) (Attachment 3). Also include in proposal that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD has mandated the use of WAWF). The offeror must be registered and current on the Central Contractor Registration website (www.ccr.gov), no exceptions. All invoices shall be submitted using Wide Area Work Flow (WAWF). Applicable NAICS Code for this combined synopsis/solicitation of 541611 shall be listed. To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay Information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. Attachments: 1. Performance Work Statement (PWS), dated 4 November 2009 2. Schedule B 3. Contract Data Requirements Lists (CDRLs) CDRL 0001 - Revisions to Existing Government Documents CDRL 0002 - Presentation Materials
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F2M4AK9321A002/listing.html)
- Place of Performance
- Address: HQ Air Force Medical Operations Agency (AFMOA), Port San Antonio, TX., San Antonio, Texas, United States
- Record
- SN02114270-W 20100408/100406235436-26bb4d29fe576a6bd6ffa79cb2ddfb4d (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 |