SOLICITATION NOTICE
R -- Third Party Survey
- Notice Date
- 4/29/2020 9:27:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77620Q0077
- Response Due
- 5/13/2020 12:00:00 AM
- Archive Date
- 07/12/2020
- Point of Contact
- Clayton Smith Clayton.Smith2@va.gov
- E-Mail Address
-
Clayton.Smith2@va.gov
(Clayton.Smith2@va.gov)
- Awardee
- null
- Description
- VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Project Title: Combined Solicitation/Synopsis Third Party Survey Solicitation Number: 36C77620Q0077 Posted Date: April 29th, 2020 Original Response Date: May 13th, 2020 Current Response Date: May 13th, 2020 Product or Service Code: R408 Set Aside (SDVOSB/VOSB): N/A NAICS Code: 541611 Contracting Office Address Program Contracting Activity Central 6150 Oaktree Blvd, Suite 300 Independence OH 44131 DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This combined synopsis/solicitation is for a full and open competition. This solicitation is a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 effective August 13, 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611, with a small business size standard of $16.5 million. The Department of Veterans Affairs (VA) Workforce Management and Consulting (WMC), Human Resources Center of Expertise (HRCoE) is issuing this combined synopsis for the provision of services to provide a secure web-based, interactive compensation and total reward system with the capability to report location, position, and employee-specific compensation and benefits data from numerous national and regional third-party survey data sources. This interactive web-based system or software program shall have the capability to extract relevant market data and compare ratios from an established database which uses established geographic differentials for market pricing. Services will include providing employee and comparable non-federal position compensation and benefits data for more than 1,000 VA duty station locations for a wide variety of clinical, professional, administrative, technical, clerical, trade, engineering, security, or other healthcare occupations (100 or more). Support acquired through this contract includes human resources and compensation subject matter expertise regarding third-party survey data sources, compensation data analysis, aggregating and reporting survey data using recognized industry standards, survey methodology to include the use of geographic differentials when utilizing national survey data, and the ability to provide or develop a secure web-based interactive tool for reporting compensation, benefits, and employee total rewards statements. FedRamp certification may be required prior to the transfer and storage of data in any web-based system. All interested companies shall provide quotations for the following: Base Year Period of Performance: 12 months Line Item Description Quantity Unit Price Total Price 0001 Project Management Plan - Draft 1 0002 Project Management Plan - Final 1 0003 Integrated Master Schedule 1 0004 Work Breakdown Structure 1 0005 Executive-Level Briefing Materials 4 0006 Weekly Project Status Reports 52 0007 Identification and purchase of regional and national third-party survey data sources 50+ 0008 Delivery of secure web-based compensation and total rewards system or software program 1 0009 Match survey job descriptions to VA positions 100+ 0010 Development of Training Support Materials 1 0011 Meeting Agendas 12 0012 Meeting Minutes 12 0013 Monthly Progress Reports 12 0014 Kick-Off Meeting 1 0015 Kick-Off Meeting Minutes 1 Total Base Year Option Year 1 Period of Performance: 12 months Line Item Description Quantity Unit Price Total Price 1001 Executive-Level Briefing Materials 4 1002 Weekly Project Status Reports 52 1003 Identification and purchase and/or participation in third-party surveys 50+ 1004 Ongoing training and IT support (software updates, etc.) for compensation and total rewards system 12 1005 Meeting Agendas 12 1006 Meeting Minutes 12 1007 Monthly Progress Reports 12 Total Option Year 1 Option Year 2 Period of Performance: 12 months Line Item Description Quantity Unit Price Total Price 2001 Executive-Level Briefing Materials 4 2002 Weekly Project Status Reports 52 2003 Identification and purchase and/or participation in third-party surveys 50+ 2004 Ongoing training and IT support (software updates, etc.) for compensation and total rewards system 12 2004 Meeting Agendas 12 2006 Meeting Minutes 12 2007 Monthly Progress Reports 12 Total Option Year 2 Option Year 3 Period of Performance: 12 months Line Item Description Quantity Unit Price Total Price 3001 Executive-Level Briefing Materials 4 3002 Weekly Project Status Reports 52 3003 Identification and purchase and/or participation in third-party surveys 50+ 3004 Ongoing training and IT support (software updates, etc.) for compensation and total rewards system 12 3005 Meeting Agendas 12 3006 Meeting Minutes 12 3007 Monthly Progress Reports 12 Total Option Year 3 Option Year 4 Period of Performance: 12 months Line Item Description Quantity Unit Price Total Price 4001 Executive-Level Briefing Materials 4 4002 Weekly Project Status Reports 52 4003 Identification and purchase and/or participation in third-party surveys 50+ 4004 Ongoing training and IT support (software updates, etc.) for compensation and total rewards system 12 4005 Meeting Agendas 12 4006 Meeting Minutes 12 4007 Monthly Progress Reports 12 Total Option Year 4 In addition, FAR 52.217-8, Option to Extend Services applies to this solicitation. As such, evaluation of options under FAR 52.217-8 will also include using the prices offered for the last option period to determine the price for an additional 6-month option period in the event an extension is issued under FAR 52.217-8. Evaluation of options will not obligate the Government to exercise the option(s). SERVICES Please see attached Performance Work Statement (PWS). The period of performance (PoP) shall be one (1) year, with four (4) twelve (12) month option periods. PLACE OF PERFORMANCE Tasks under this PWS may be performed at any location deemed appropriate by the awarded Contractor. If necessary, to meet with VA Staff, the Government will provide space to work on-site at VA Central Office, Washington, D.C. or at any other VA duty station location. Work may be performed at remote locations with prior concurrence from the Contracting Officer s Representative (COR). Staff will need to be on-site to facilitate workgroups, feedback sessions and any other group work needed, as deemed necessary. COMPARATIVE EVALUATION/BASIS FOR AWARD A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). Evaluation factors/subfactors are not required. The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical capabilities, and past performance. Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in the request for quote will determine suitability. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited services to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum. The Government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must at a minimum meet the solicitation requirement statement. To receive an award the offeror must be registered/active with no exclusions in System for Award Management (SAM) database which can be accessed at https://www.sam.gov/portal/public/SAM at submission of quote. SAM will be checked to verify the quoter s status before evaluations are conducted. This solicitation is for a full and open competition. QUOTE SUBMISSION QUOTING CONTRACTORS PREPARATION COSTS: The Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with this procurement. The RFQ does not commit the Government to pay any costs for the preparation and submission of an offer in response to this RFQ. Communications regarding this RFQ: The due date for communications and questions concerning the RFQ is May 4th, 2020 at 10:00 AM EST. Any communications or questions shall be submitted electronically to Clayton Smith via email at Clayton.Smith2@va.gov. As soon as an Offeror is aware of any problems or ambiguities in interpreting the specifications, terms or conditions, instructions or evaluation criteria of this solicitation, the Contracting Specialist shall be immediately notified. When submitting questions and comments, please refer to the specific text of the RFQ in the following format: Subject: RFQ No. 36C77620Q0077 Pertinent questions will be answered in the form of an amendment and provided to all Offerors. It is the responsibility of the Offeror to locate the amendment. DUE DATE AND SUBMISSION INSTRUCTIONS FOR RFQ: Contractors must complete and return all information prior to the time specified to be considered for award. Quotes, including amendments, received at the issuing office after the closing date and time specified on the cover page of this solicitation will be considered late submissions and handled accordingly. An Offeror s quote shall be submitted electronically via email to Clayton.Smith2@va.gov by the date and time indicated in the solicitation in the file set forth below. The use of hyperlinks in quotes is prohibited. QUOTE FILE. Offeror s responses shall be submitted in accordance with the following instructions: Format. The submission shall be clearly indexed and logically assembled. Each section shall be clearly identified and shall begin at the top of a page. All pages shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The maximum page count for the Offeror s quote shall be 20 pages*. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2"" x 11"" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. File Packaging. All of the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. *Use when using page limitations: A Cover Page, Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that any and all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote will not be evaluated by the Government. The quote shall be broken down in the following sections: (i) TECHNICAL VOLUME. Offerors shall, at a minimum, demonstrate a clear understanding of all features involved in meeting and supporting the requirements outlined in the Performance Work Statement (PWS) in a format that follows the PWS tasks and/or deliverables. The Offeror shall provide a summary of corporate experience and knowledge to include experience collecting, aggregating, analyzing, compiling, and reporting compensation market data for a variety of healthcare positions and non-healthcare (ancillary support) positions. Experience must demonstrate knowledge in developing or providing a custom, user-friendly, secure web-based system or software program that will report, by specific duty station, comprehensive compensation and benefits data. Experience collecting a wide variety of national and regional survey data in order to aggregate market data and create market comparisons for national, regional, and local data (down to the city and state level) is required. Offerors are asked to submit specific information, or examples of the types of market data tools, secure web-based compensation and total rewards systems or software programs they have developed or customized to meet their customer s specific compensation needs. A detailed explanation and a weblink/hyperlink to a website that provides example(s) of such tools and web-based programs is required to ensure the Offeror(s) has the ability to provide comprehensive market data products to support the nation s largest healthcare system. (ii) PRICE VOLUME. The Offeror shall submit a firm-fixed price quote for each task outlined in the PWS and complete the price schedule in the appropriate table above. The task price shall be for the whole task regardless of the actual time to complete the task as it varies depending on the status of the contract. The total price must match the amount provided in the Total Evaluated Price table. (iii) PAST PERFORMANCE VOLUME. The Past Performance will assess the aspects of cost, schedule, and performance experience as it relates to the tasks and/or deliverables of the PWS. Past Performance provided shall be for work performed within the last three (3) years by the Offeror as either a prime or subcontractor. Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. 1. The name, address, and dollar value of each project 2. The Prime Contract Type, Firm Fixed-Price, or Time and Material 3. The name, telephone and address of the owner of each project 4. A brief description of each project and why it is relevant to this requirement., including difficulties and successes 5. Your company s role and services provided for each project (iv) VETERANS INVOLVEMENT VOLUME. Eligible service-disabled Veteran-owned offerors will receive full credit, and offerors qualifying as Veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor.� Offeror may also receive partial credit if they respond with SDVOSB/VOSB verified subcontractors. To receive credit, an offeror or an offeror s subcontractor(s) must be CVE verified in accordance with VIP. (https://www.vip.vetbiz.gov). NOTE: Offeror shall also complete the attached Subcontracting Plan Template and comply with the VA s current subcontracting goals as seen below: The current VA subcontracting goals are based upon total procurement dollars expended and are the suggested minimum goals for VA administered subcontracting plans. Small Business 17.5% Veteran Owned Small Business 7.0% Service Disabled Veteran Owned Small Business 5.0% Small Disadvantaged Businesses (includes Section 8(a)) 5.0% Woman-Owned Small Business 5.0% Historically Underutilized Business (HUB) Zone Small Business 3.0% This is an open-market combined synopsis/solicitation as defined herein.��The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quotes shall list exception(s) and rationale for the exception(s). Note: any proposed deviations from the standard terms and conditions herein may render a quote unacceptable as the Government intends to award without discussions. Submission shall be received not later than May 13th, 2020 at 10:00 AM EST via email to Clayton.Smith2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). PROVISIONS AND CLAUSES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are included as addenda to FAR 52.212-4: FAR 52.232-40 Providing Accelerated Payments to Small Businesses to Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer Systems for Award Management (JUL 2013) FAR 52.222-41 Service Contract Labor Standards (MAY 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) POINTS OF CONTACT Submit offers or any questions to the attention of Clayton Smith via email to: Clayton.Smith2@va.gov . Offerors who fail to complete and submit the requirements above may be considered non-responsive and as a result, ineligible for award. ATTACHMENTS: Please see all attached documents. ATTACHMENT A PWS ATTACHMENT B QASP ATTACHMENT C CONTRACTOR STAFF ROSTER ATTACHMENT D CONTRACTOR PERSONNEL CHANGE FORM ATTACHMENT E TRAVEL AUTHORIZATION REQUEST ATTACHMENT F SECURITY REQUEST PACKET ATTACHMENT G SUBCONTRACTING PLAN TEMPLATE ATTACHMENT H PAST PERFORMANCE
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/eae05891b49f428297175f733a83f15d/view)
- Record
- SN05639385-F 20200501/200429230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |