Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

A -- Writer-Project Manager

Notice Date
5/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ-009306
 
Archive Date
6/25/2012
 
Point of Contact
Daytona H. Philpotts, Phone: 3014512716
 
E-Mail Address
daytona.philpotts@nih.gov
(daytona.philpotts@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 (May 2012). This announcement constitutes the only solicitation. The solicitation number for this acquisition is RFQ009306 and is being issued as a Request for Quote (RFQ). The NAICS Code for this solicitation is 541711 and the Small Business Size Standard is 500. This will be awarded as Time and Material (Labor-Hour), Total Small Business Set-Aside. STATEMENT of WORK (SOW) Summary and Overview This position is located in the Office of Space and Facility Management (OSFM) at the Clinical Center (CC), National Institutes of Health (NIH). The CC is the clinical research facility of the NIH. As a national resource, it provides the protocol-specific patient care, services, training and environment needed to initiate and support the clinical research sponsored by the individual NIH Institutes. The CC employs approximately 2,000 employees, across 30 different departments. The Clinical Center Complex consists of 3.5 million square feet in three congruent buildings on the NIH campus and off campus lease space. It is a complex environment which consists of biomedical research laboratories, a 234-bed clinical research hospital and animal care and use facilities. The OSFM supports the mission of the CC by providing a functional, effective and safe environment for patients, visitors and staff. This is accomplished by (1) managing and coordinating interdisciplinary teams (i.e., CC departments and Institutes/Centers) responsible for new or renovation projects in Building 10 CC space and provide engineering support for the management of these projects through all phases of a project such as inspection, certification, and maintenance; 2) ensuring the safe and efficient installation and operation of special purpose equipment including specialized electrical and mechanical systems in support of hospital operations; (3) planning and directing a comprehensive construction management and arts program to support alterations, renovations, repairs and improvements necessary to support occupants' beneficial use and to ensure an environment that is comfortable and supportive of patient care operations; and (4) ensuring hospital facility compliance with codes and regulations such as the Joint Commission (the JC), the Life Safety Code NFPA 101 and departmental or Institute equipment or specialty regulations (i.e., operating rooms, NIAID special isolation room, NIDDK metabolic chambers). The incumbent works independently in meeting the contract requirements and possesses strong writing, project management, and group process skills. Familiarity with working in a hospital and research setting preferred. The contractor shall, with the Chief of the Office of Space and Facility Management and designated hospital stakeholders, provide the tasks described below. The frequency of performing each task shall be determined by the Project Officer, to be communicated to the contractor through personal meetings with the Project Officer or email as often as required to perform a task but no less than once a week. CONTRACT REQUIREMENTS 1. Writing Skills: The contractor shall demonstrate proficient ability to write protocols, policies, procedures and/or standards of practice for use at least the departmental level (i.e., Office of Space and Facility Management) but preferably at the organizational (i.e., Clinical Center) or NIH level. Types of assignments in this area could include: a. Researches relevant regulatory requirements and other governmental policies and guidelines to ensure accuracy and adherence to applicable regulations; b. Develops drafts for review by stakeholders within seven (7) business days; and c. Collates feedback and prepares final documents for implementation within five (5) business days. d. Prepares documents with no spelling errors and with the format consistent with provided templates. Documents require minimal editing for important content that should be included. 2. Program Development: The contractor shall provide at least one (1) example of developing an orientation and/or training manual. Types of assignments in this area could include: a. Guidelines that outline the steps to a process such as opening a renovated space or orienting a new member so that a consistent approach to the process occurs along a timeline; b. Algorithms and flow charts to facilitate decision making. c. Case studies to illustrate key training points; d. Breakdown of an extensive process into phases such as design/plan, build, activation, and move with corresponding tasks for each phases; e. Competencies for critical elements of a process that assist with validating the knowledge, skills and abilities of a staff member; and and/or f. Website content development for OSFM. 3. Project Management/Group Process Skills: The contractor shall provide at least two (2) examples of being responsible for a group and/or large project that includes the following: a. Demonstrates ability to lead successful meetings (e.g. can articulate key outcomes of kick off to ongoing meetings); b. Understands the developmental stages of teams (e.g., forming, storming, norming, performing, adjourning) and manages group dynamics through each stage. c. Develops project milestones and provides strategies to meet these milestones. i. Develops spreadsheets or databases to track activities and tasks required to meet each milestone; and ii. Monitors milestone schedule and addresses potential or real milestone delays by developing strategies to address the issues. d. Records minutes for meetings that include, but not limited to: Participants, Decisions, Action Items, and Key Highlights/Discussion. Services require detailed computer work with a variety of software programs, including MS WORD, Acrobat, MS Excel, MS ACCESS, PowerPoint and MS Outlook. The work also requires working with the Chief, Office of Space and Facility Management, small work groups, and project teams. This individual requires great interpersonal skills and strong group process and project management qualities. The contractor will not receive payment for vacation or government holidays. Contractor will not receive extra pay for weekend work. Scheduling shall be made a week in advance and mutually agreed upon between the government Project Officer and the contractor. The contractor shall perform the tasks described in the facility located in the NIH Clinical Center or via e-mail or internet connections as dictated by the Project Officer and mutually agreed upon by Contractor. PERIOD OF PERFORMANCE: Base Performance Period: June 18, 2012 - June 18, 2013 Option to extend: June 19, 2013 - December 31, 2013 PRICING AND SCHEDULING: Labor Hours: The services required involve prolonged periods of up to 25 hours/week. Offerors are required to bill 990 hours for the base year period of performance for proposal purposes Evaluation Criteria: 1. Understanding the Objective 10 points The offeror's proposal should identify similar experience in program development and project management. The proposal shall include sufficient information to demonstrate previous effectiveness in each of the categories of work identified in the statement of work. 2. Personnel Experience 60 points The offeror's proposal must provide resume and details which specifically address the skills, level and experience contained in the statement of work. The proposal shall include examples of such work 3. Price 30 points Points shall be awarded according to the following formula: Lowest Price x total available points = cost points assigned Offerors price The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at https://www.acquisition.gov/far/ The following provisions and clauses apply: FAR 52.212-1-Instructions to Offerors/Commercial; FAR 52.212-2-Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4; 52.217-9 -- Option to Extend the Term of the Contract; FAR 52.219-6 -- Notice of Total Small Business Set-Aside Contract Terms and conditions. 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. (End of Provision) Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than 06/10/2012 Eastern Standard Time 4:30 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before June 18, 2012. Requests for information concerning this requirement are to be addressed to Ms. Daytona Philpotts via email only to Daytona.philpottts@nih.gov no later than June 6, 2012. Collect calls will not be accepted. No Phone Calls Please. Conflicting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ-009306/listing.html)
 
Record
SN02760811-W 20120601/120530235142-021d7a24e8142db6968df4fd1191f88f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.