MODIFICATION
R -- Professional Services of a Technical Writer with Program Management - Solicitation 1
- Notice Date
- 12/6/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- RFQ120413
- Point of Contact
- Daytona H. Philpotts, Phone: 3014512716, Susan Nsangou, Phone: 3014969351
- E-Mail Address
-
daytona.philpotts@nih.gov, susan.nsangou@nih.gov
(daytona.philpotts@nih.gov, susan.nsangou@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (SOW) 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) 2005-71 (November 2013). This announcement constitutes the only solicitation. The solicitation number for this acquisition is RFQ120413 and is being issued as a Request for Quote (RFQ). The NAICS Code for this solicitation is 541990 and the Small Business Size Standard is $14.0 million. This will be awarded as fixed price Total Small Business Set-Aside. STATEMENT of WORK (SOW) - See Attachment 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 Contracting Officer's Representative, to be communicated to the contractor through meetings with the Contracting Officer's Representative or email as often as required to perform a task but no less than once a week. EVALUATION CRITERIA A. TECHNICAL APPROACH and QUALIFICATION OF PERSONNEL 1) Submit evidence of experience and qualifications of the contractor in: (a) At least a college bachelor's degree, preferably a master's degree and a minimum of five (5) years work experience in the areas described in the statement of work. (b) Expertise in researching and writing policies, procedures, presentations, white papers and / or standards of practice based on researched information and published best practices (submit a sample of each). (c) Ability to develop an orientation and/or training manual based on adult learning theory and educational principles (submit one sample). (d) Ability to draft web content in an informative organized format which is Section 508 compliant. (e) Excellent interpersonal skills, ability to work alone or in groups and ability to lead groups. (f) Expertise in computer software programs, including MSWORD, Acrobat, MS Excel and MS Power Point and MS ACCESS. 2) Submit prior experience in organizing groups, managing interdepartmental work groups and completing complex projects incorporating input from a variety of sources. (Provide at least two (2) examples of being responsible for a group and/or large project, including an example of moving groups through the stages of teams). - SCORE /50 B. PAST PERFORMANCE Capabilities and Resources of the Company, the Individual to be assigned on the contract, Past Performance, Level of risk The Government will consider the following areas under past performance: 1) quality of services; 2) timeliness of performance, and 3) business relations. The contractor must be headquartered or have service locations within the Washington Metropolitan area. The proposal must clearly identify the individual who will perform the work outlined in the statement of work. This individual's resume must show extensive knowledge of program development, educational principals, writing skills, and expertise in group process in a research hospital, and the contractor's performance of similar tasks in previous contract or business efforts. These contracts or previous experiences must be completed within the past three (3) to five (5) years or currently in progress for services similar to the requirements of this statement of work. The individual's resume should contain details (length of experience, depth of experience, dates employed and employer) which specifically address the skills and experience contained in the Statement of Work. The individual must submit names and locations of hospitals and/or firms, and list names and telephone numbers of individuals representing those hospitals and/or firms, who may be contacted as references (minimum of three) who can speak to the individual's quality of services, management skills, timeliness and quality of interpersonal skills and communications, and business relations. The individual must demonstrate through references ability to be self-directed and ability to work well with individuals and in groups from all organizational levels. - SCORE /20 Provide documentation to support that the contractor has met these skill-set requirements with similar organizations of this size, scope and magnitude. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror and the identified individual, as it relates to all acquisition requirements such as technical performance, professional performance, and cost; the offeror's adherence to contract requirements, including the administrative aspects of performance; the offeror's ability to attract and maintain key personnel minimizing turn-over, the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction and generally the offeror's business-like concern for the interest of the customer. The lack of a performance record must result in an unknown performance risk assessment that will neither be used to the advantage nor disadvantage of the offeror. - SCORE /20 C. PRICE: Provide a fixed price quote in accordance with the Statement of Work identified. - SCORE /10 The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's specifications. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. Price is to be evaluated on a best value basis considering market conditions. 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) 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 12/13/2013 Eastern Standard Time 2:00 p.m to Daytona.philpottts@nih.gov. Questions regarding the solicitation must be received by 2 pm EST 12/10/2013 to Daytona.Philpotts@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ120413/listing.html)
- Place of Performance
- Address: NIH Campus, 9000 Rockville Pike, NIH Clinical Center, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03247277-W 20131208/131206234114-4b5ab01b7857f9297f6960f06737974d (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 |