SOLICITATION NOTICE
R -- Accreditation Writer - Graduate School of Nursing
- Notice Date
- 11/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-11-T-V251
- Archive Date
- 11/24/2010
- Point of Contact
- Carolyn Lisovich, Phone: 301-295-1379
- E-Mail Address
-
Carolyn.Lisovich@usuhs.mil
(Carolyn.Lisovich@usuhs.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Accreditation Writer for the Graduate School of Nursing The Uniformed Services University of the Health Sciences (USU) wishes to contract for the services of an Academic administrator responsible for a wide range of research and writing roles that will assist in producing the Graduate School of Nursing self-study to meet the comprehensive requirements of the Commission on Collegiate Nursing Education (CCNE) prior to their accreditation visit 3-5 October 2011. This is a term limited need required for a specific project that occurs only once every 5 to 10 years depending on length of accreditation. This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. The solicitation, number HU0001-11-T-V251, is issued as a Request for Quotes (RFQ). It will be the responsibility of the Contractor to monitor FedBizOpps (https://www.fbo.gov/) for the issuance of any changes/updates to the solicitation. This solicitation is issued as a request for quotation and incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-46. This requirement is set-aside for small businesses. CONTRACTOR REQUIREMENTS: The contractor will consult with the Dean, GSN to: • Assist in a comprehensive self-study of the GSN academic programs in accordance with CCNE guidelines. • Serve with a team of GSN scholars to provide the requested self-study. • Attend approximately 10 team meetings as required to accomplish the self-study between November 2010 and September 2011. • Communicate within the GSN community as required to gain the information and data required to draft the self-study. • Gather required accreditation information by telephone and in-person interviews and written documentation review at the GSN and by other methods as deemed appropriate by the expert and the GSN Dean. • Regularly brief the Interim Associate Dean for Academic Affairs/CCNE Accreditation Project Coordinator on the status of writing assigned sections for the CCNE self-study. • Review written self-study sections written by other team members. • Compile the sections of the self study in one contiguous document that reflects the GSN academic programs. • Coordinate with CCNE as required to complete assignments. • Coordinate with the Interim Associate Dean for Academic Affairs/CCNE Accreditation Project Coordinator for a mock review, from an outside consultant, of GSN preparation for the CCNE accreditation visit during the late summer of 2011. TRAVEL AND PER DIEM: Travel expenses will be reimbursed by the Government. All travel expenses must be billed in accordance with the Joint Travel Regulations (http://www.defensetravel.dod.mil/perdiem/jtr(aa-au).pdf). All travel must be approved in advance by the Government. PERIOD OF PERFORMANCE: Period of performance for this contract will be from date of award to September 30, 2011. EVALUATION FACTORS: A single firm-fixed price award will be made on a Best Value Determination using trade-offs. Factors listed in order of importance: 1. Experience: Offerors must submit resume(s) of key personnel detailing their experience in providing this type of service. The contractor must be a professional nurse with a PhD degree in nursing or a related area and have experience in university administration as a Department Chair in a nursing school. The contractor must have experience going through a Commission on Collegiate Nursing Education (CCNE) accreditation visit and have been part of writing a nursing school self-study in preparation for an accreditation visit. 2. Past Performance: The Government shall evaluate the offerors present and past performance. Offerors must provide information on one (1) completed contract. The Government reserves the right to contact references. The following must be provided: • Name of client and address • Name of current point of contact including telephone number, e-mail address and title • Contract number • Contract value • Contract period of performance • Clear description of services and deliverables provided 3. Price: Offerors must quote a Firm Fixed Price (FFP) with a price breakdown of proposed position(s), estimated number of hours for each position and bill rates. The price breakdown will be used for price analysis purposes; however the resultant award will be FFP. REQUIREMENTS: 1) To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database and the Online Representations and Certifications (ORCA). For instructions on registering with CCR or ORCA, please see the CCR website at http://www.ccr.gov and ORCA at https://orca.bpn.gov. 2) Only firm fixed price quotes will be considered. DEADLINES: All responsible sources may submit a quotation which shall be considered by the agency. Direct any communications, questions or inquiries via email to Carolyn Lisovich at carolyn.lisovich@usuhs.mil. Hand deliveries will not be accepted. All responses are due by 9 November 2010 at 5:00 p.m. Eastern Standard time. The submitter should confirm receipt of submissions. The government reserves the right to award without discussion. Applicable Regulations: The following Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement provisions and clauses, which may be viewed at http://www.acquisition.gov/far/, may apply to this contract: - 52.237-2, Protection of Government Buildings, Equipment, and Vegetation - 52.204-7, Central Contractor Registration (APR 2008) - 52.212-1, Instructions to Offerors - Commercial Items - 52.212-2, Evaluation - Commercial Items: (a) The Government 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, price and other factors considered. The following factors shall be used to evaluate offers: o Experience o Past Performance o Price - 52.212-3, Offeror Representations and Certifications - Commercial Items - 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2008) - 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2009); applicable clauses contained within: o 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). o Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). o 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). o 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). o 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). o 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). o 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). o 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). o 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). X 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)). X 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). X 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). X 52.222-21, Prohibition of Segregated Facilities (FEB 1999). X 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). X 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 o U.S.C. 793). o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). X 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). X 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332) o The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. o The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. o As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. o (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- o 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). o 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. o 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). o 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). o 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). o 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).  Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). o 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). o 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). o 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until May 21, 2009.) o 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.  (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.  (End of clause) - 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): o http://www.acqnet.gov/far/index.html o http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html - 52.252-2 Clauses Incorporated by Reference (FEB 1998); This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Fill-ins are as follows: o www.arnet.gov o www.acq.osd.mil - 252.204-7004 Alternate A, Central Contractor Registration
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-T-V251/listing.html)
- Place of Performance
- Address: Uniformed Services University, 4301 Jones Bridge Rd A1040C, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN02321825-W 20101105/101103234036-33dda0883b14b01542e9b1892c991c25 (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 |