SOLICITATION NOTICE
G -- Personal Assistance Services - Home Health Aides - ATTACH C_PAST PERFORMANCE QUESTIONNAIRE - ATTACH B_PRICE COST SCHEDULE - ATTACH A_PAS Statement of Work - ATTACH D_Full Text FAR Clauses and Provisions
- Notice Date
- 2/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621610
— Home Health Care Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Recovery Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFEHQ-12-R-0001
- Point of Contact
- Michelle Calhoun, , Josh Lim,
- E-Mail Address
-
michelle.calhoun@fema.dhs.gov, Josh.Lim@fema.gov
(michelle.calhoun@fema.dhs.gov, Josh.Lim@fema.gov)
- Small Business Set-Aside
- N/A
- Description
- Full Text FAR Clauses and Provisions PAS Statement of Work PRICE COST SCHEDULE PAST PERFORMANCE QUESTIONNAIRE 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. Contract Type: Multiple Indefinite Delivery/Indefinite Quantity Contracts will be awarded from this single solicitation. The Contract will be inclusive of one (1) base year from the date of award plus four (4) one year options CONTRACT LINE ITEMS (CLINS) Personal Assistance Services (referred to as Home Health Aides) for large scale disasters, augmenting the capabilities of States, or U.S. territories, to support survivors ITEM NO. SUPPLIES OR SERVICES Quantity Unit Unit Price 0001 Home Health Aide (Fixed Rate) 1 EA $________ / hr Other Direct Costs (CR) - All requested ODCs (except daily per diem) require prior approval from COTR & CO. Receipts shall be submitted w/ invoices. 0002 Travel 1 LOT TBD 0003 Miscellaneous - Items under this CLIN shall not be procured without written authorization from the COTR and CO. 1 LOT TBD OPTION 1 1001 Home Health Aide (Fixed Rate) 1 EA $________ / hr Other Direct Costs (CR) - All requested ODCs (except daily per diem) require prior approval from COTR & CO. Receipts shall be submitted w/ invoices. 1002 Travel 1 LOT TBD 1003 Miscellaneous - Items under this CLIN shall not be procured without written authorization from the COTR and CO. 1 LOT TBD OPTION 2 2001 Home Health Aide (Fixed Rate) 1 EA $________ / hr Other Direct Costs (CR) - All requested ODCs (except daily per diem) require prior approval from COTR & CO. Receipts shall be submitted w/ invoices. 2002 Travel 1 LOT TBD 2003 Miscellaneous - Items under this CLIN shall not be procured without written authorization from the COTR and CO. 1 LOT TBD OPTION 3 3001 Home Health Aide (Fixed Rate) 1 EA $________ / hr Other Direct Costs (CR) - All requested ODCs (except daily per diem) require prior approval from COTR & CO. Receipts shall be submitted w/ invoices. 3002 Travel 1 LOT TBD 3003 Miscellaneous - Items under this CLIN shall not be procured without written authorization from the COTR and CO. 1 LOT TBD OPTION 4 4001 Home Health Aide (Fixed Rate) 1 EA $________ / hr Other Direct Costs (CR) - All requested ODCs (except daily per diem) require prior approval from COTR & CO. Receipts shall be submitted w/ invoices. 4002 Travel 1 LOT TBD 4003 Miscellaneous - Items under this CLIN shall not be procured without written authorization from the COTR and CO. 1 LOT TBD TOTAL TBD -- TBD Description of Description of requirements for the items to be acquired: Personal Assistance Services (referred to as Home Health Aides) for large scale disasters, augmenting the capabilities of States, or U.S. territories, to support survivors. See Attachment A, Statement of Work. Dates of services will be specified in individual Task Orders. Task Orders will be competed using the Fair Opportunity provisions of the Federal Acquisition Regulation (FAR), Part 16.505. Every awardee will be provided a fair opportunity to be considered for Task Orders exceeding $3,000. Task Orders may be Firm-Fixed Price. The provision at 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL, applies to this acquisition. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JUN 2008) In addition to the FAR 52.212-1 "INSTRUCTIONS TO OFFERORS -- COMMERICAL ITEMS," the following is requested: Offerors are required to submit their proposals in two separate volumes as follows: • Volume I - Technical Proposal; and • Volume II - Business Proposal. (Use Price/Cost Schedule Sheet in Attachment B) Title of the Requirement: Personal Assistance Services Contract Oral proposals will not be accepted. The page limitation established by Volume I (Technical Proposal) submitted in response to this solicitation is 20 pages. Pages shall be consecutively numbered. Page numbers, notation of proprietary information, and any other identifying information printed on each page are excluded from the margin requirements. Text included on figures, charts, and/or matrices may be reduced, but must be readable and must not be used to circumvent the proposal page limitations. The Government will not review content exceeding the 20 page limitations. The technical proposal must not contain cost/price information. Resumes are required but will not be counted against the page limitation. The Offeror's proposal must be accompanied by a signed cover letter, by a company representative that is authorized to commit the company to a binding contract. 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) Basis for award: (a) The Government will award contracts resulting from this solicitation to the responsible Offeror(s) 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: • Factor 1 - Technical Capability • Factor 2 - Past Performance • Factor 3 - Management Approach • Factor 4 - Personnel Readiness • Factor 5 - Price/Cost Awardees may not necessarily be the proposal offering the lowest price or receiving the highest technical rating. This process permits trade-off among cost or price and non-cost factors and allow the government to accept other than the lowest priced proposal. Factors 1 and 2 are equally important, and Factors 3 and 4 are equally important to each other, but less important than Factors 1 and 2. Each individual technical Factor is more important than price/cost. A rating of UNACCEPTABLE in either Factor 1 or 2 will render the entire proposal technically unacceptable and, therefore, not eligible for award. The non-price factors are listed below in descending order of importance. 1.1. Factor 1 : Technical Approach/Qualifications: Vendors shall state their delivery capabilities and adequately describe their plans/approach in regards to readiness and deployment of PAS on a "National Scope". Similarly, they shall also describe their approach for meeting the 48 hour time constraint for OCONUS. Vendors shall describe a plan/approach which provides the Government with a high level of confidence for ensuring success. Vendors shall elaborate on how they have met, or will meet, state and territorial certification requirements for the Home Health Aides. Vendors shall also describe their approach to ensuring personnel have had completed background checks in advance, as well as provide assurance that any personnel deployed (Home Health Aides) will be insured and bonded. The proposal shall concisely describe the Offeror's response to the requirements of the solicitation. The use of general or vague statements such as "standard procedures will be used," "good engineering practice," and "will comply with specification," are not desired and may be construed as an indication of the Offeror's lack of understanding. Do not repeat information required in response to two or more evaluation factors. Present details in only one area of the proposal where it contributes most critically to the discussion. Where discussion of the same information is necessary, refer to the initial discussion and identify its location within the proposal. If required, cross-reference the proposal for traceability. Specific detailed evaluation factors are stated in this RFP. Fully address each factor in the appropriate section of your proposal. Clarity and completeness of the proposal are of the utmost importance. The proposal must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. Proposal volumes must be internally consistent or the proposal will be considered unrealistic and may be considered unacceptable. 1.2. Factor 2: Past Performance: The past performance evaluation will examine the extent to which an Offeror has demonstrated their capability and capacity to perform the requirements of the SOW successfully. Accordingly, each separate instance of past performance will be evaluated for relevancy. A relevant contract is one that is of similar scope, magnitude, and complexity to the requirements set forth in this solicitation and SOW. A lack of relevant past performance history will result in an adjectival rating of Neutral, and will not count against a Vendor's proposal. Contractors who describe similar contracts and subcontracts should provide: (1) A detailed explanation demonstrating the similarity of their contract(s) to the requirements stated within the solicitation; (2) A detailed description of the work performed for their specific contract(s); and (3) The role performed, including whether the Contractor acted as a prime or a subcontractor. They shall also provide the name of the contracting and technical person(s) to be contacted with their full name, title, agency, telephone, and email address. The Government reserves the right to contact references for verification, or additional information, and to consider other relevant past performance information other than the information submitted by the Vendor. FEMA does not assume the duty to cure any problems it finds in the information provided by the vendor - the burden of providing thorough and complete past performance information remains with the vendor. As previously mentioned, a lack of relevant past performance will be given a Neutral rating. The Government also reserves the right to draw from Government databases (e.g. Past Performance Information Retrieval System, Contractor Performance Assessment Reporting System, etc.) for past performance consideration. Offerors must submit a Past Performance Questionnaire (Attachment C) and provide at least three (3) references. Past Performance for subcontractors will not be evaluated. It is the Offeror's responsibility to ensure that all past performance questionnaires are received from evaluators in a timely manner. Evaluators shall submit Past Performance Questionnaires to Michelle.Calhoun@fema.dhs.gov prior to the solicitation closing date. 1.3. Factor 3 : Management Approach: The Contractor's approach to quality control identifies processes, procedures, and metrics which are likely to result in a successful outcome within proposed costs and on schedule. This shall demonstrate ability to plan and execute a program, and manage areas of schedule management, cost management, quality management, human resources management, quality assurance, configuration management, risk management, communications management, and the ability to assist the Government in establishing their reports with information held by the Contractor and/or its personnel. 1.4. Factor 4 : Personnel Readiness Under this approach, vendors shall outline their plan for maintaining a cadre of qualified personnel ready to respond to a declared disaster within their "National Scope" capabilities and within the time stated in the Statement of Work (SOW). The Contractor's academic, technical, and professional qualifications and the "sufficiency of personnel proposed" are the most important aspects of staffing. This portion of a proposal shall demonstrate the Vendor's overall approach to meeting personnel requirements on an ‘as needed basis'. 1.5. Factor 5 : Fixed Rates Although all non-price factors combined are considered significantly more important than price/cost, price/cost is still an important factor. If the technical proposals are determined to be virtually even through evaluation ratings, evaluation of fixed rates will become even more important as an evaluating factor. Price proposals must adhere to the pricing structure established in Price/Cost Schedule (Attachment B). Each Offeror's price/cost proposal must be based on the Offeror's Technical proposal, the Government's specifications. Offerors shall submit a Microsoft Excel document of the Price/Cost Schedule (Attachment B). Offerors must complete the spreadsheet in its entirety by filling in all yellow cells. Do not change or attempt to change the number of labor hours. Only complete the yellow cells of the attachment. For Fixed Rates, CLIN 0001, the Offeror shall propose a fully burdened rate per labor hour. The fully burdened rate for the Contractor shall be the price per Home Health Aide (hourly), profit, overhead, and G&A. All requested ODCs (except daily per diem) require prior justification and authorization from the CO (and all applicable receipts shall be submitted w/ invoices). The proposed Fixed Rates will be evaluated to determine fairness and reasonableness and shall be evaluated on the basis of the best value to the Government. ODCs: Separate CLINs will be established for ODCs for each Task Order as applicable. ODCs shall not be burdened with profit or fee. Estimated costs for CLIN 0002 (Travel) and CLIN 0003 (Other) are not required for proposal submission. Actual cost estimates for ODCs will be established at the Task Order level. Prices that are determined to be either unreasonably high or unrealistically low in relation to the proposed work may result in the overall proposal being considered unacceptable. The Contractor's technical proposals will be rated using the following adjectival ratings: - Excellent - Good - Acceptable - Unacceptable - Neutral RATING DESCRIPTION EXCELLENT The Evaluation Factor response is expected to contribute to the superior achievement of the objectives with minimal or no risk to the Government. An EXCELLENT rating indicates that the submission contains significant strengths and no weaknesses. GOOD The Evaluation Factor response is expected to introduce minimal risk in achieving the objectives. A GOOD rating indicates that the submission contains considerable strengths and minor weaknesses. ACCEPTABLE The Evaluation Factor response is expected to introduce moderate risk in achieving the objectives. An ACCEPTABLE rating indicates that any strengths or weaknesses cancel each other out. UNACCEPTABLE UNACCEPTABLE is defined as a grade, or rating, which demonstrates the Government's belief that a proposal's factor is so flawed that it creates a high risk of unsuccessful contract performance. NEUTRAL * *This rating shall only be applied to the evaluation of the PAST PERFORMANCE factor. NEUTRAL is defined as a grade, or rating, which applies only to past performance, and only applies where there is insufficient, relevant experience available to the raters to score the past performance factor. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. As aforementioned, the evaluation of options shall not obligate the Government to exercise the option(s). Offers containing any charges for failure to exercise any option will be rejected. (c) A written notice of award or acceptance of an offer(s), mailed or otherwise furnished to the successful Offeror(s) within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Offerors shall include a completed copy of the provision at 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with its offer. The clause at 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, applies to this acquisition. The clause at 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS, applies to this acquisition. The additional FAR clauses are incorporated as an addendum to this solicitation (see Attachment D for full text): FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) FAR 52.209-9 UPDATES OF PUBLICLY AVAILABLE NFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) FAR 52.216-18 ORDERING (OCT 1995) FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JULY 2005) ALTERNATE II (OCT 2001)(DEVIATION) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) NARA RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS NOTICE OF FILING REQUIREMENTS FOR AGENCY PROTESTS SUBCONTRACTING PLAN AWARD WITHOUT DISCUSSIONS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) • 52.216-27 SINGLE OR MULTIPLE OCT 1995 • 52.217-5 EVALUATION OF OPTIONS JUL 1990 The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. The name and telephone number of the individual to contact for information regarding the solicitation: All questions related to this solicitation must be received in writing no later than February 27, 2012 and addressed to Michelle.Calhoun@fema.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAMOPSDA/HSFEHQ-12-R-0001/listing.html)
- Record
- SN02667207-W 20120205/120203234122-2b27599185343d80d89cc40d16c7ac86 (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 |