Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2020 SAM #6849
SOLICITATION NOTICE

R -- VHA MMO Manpower Study (VA-20-00068903)

Notice Date
8/28/2020 7:35:13 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
36C77620Q0174
 
Response Due
9/9/2020 9:00:00 AM
 
Archive Date
12/17/2020
 
Point of Contact
Benjamin.Niznik@va.gov, Benjamin Niznik, Phone: (216) 447-8010 x3450
 
E-Mail Address
Benjamin.Niznik@va.gov
(Benjamin.Niznik@va.gov)
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 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; proposals are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08. This solicitation is set-aside for Veteran Owned Small Business (VOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 541611, with a size standard of $16.5 Million. The FSC/PSC is R410. The Veterans Health Administration (VHA) is seeking to purchase a formal manpower function to comply with policies from the Department of Veterans Affairs (VA) Manpower Management Service. 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 Manpower Studies NTE 52 0002 VA Function Organization Manual (FOM) Updates to the VA Functional Organization Manual (FOM) (DELIVERABLE) 1 0003 Triennial Revalidation Process 1 0004 Special Studies Special Projects Needed to Support the Manpower Studies (DELIVERABLE) NTE 52 0005 Reporting Monthly Program Progress Reports (DELIVERABLE) 12 0006 Staffing Plan Staffing Plan (DELIVERABLE) 12 0007 Transition Plan Transition Plan Support (DELIVERABLE) 1 0008 Manpower Subject Matter Expert Four (4) FTE One (1) FTE = 2,080 hours per year 1 YR 0009 Management Consultant Four (4) FTE One (1) FTE = 2,080 hours per year 1 YR Total Base Year Option Year 1 Period of Performance: 12 months Line Item Description Quantity Unit Price Total Price 1001 Manpower Studies NTE 52 1002 VA Function Organization Manual (FOM) Updates to the VA Functional Organization Manual (FOM) (DELIVERABLE) 1 1004 Special Studies Special Projects Needed to Support the Manpower Studies (DELIVERABLE) NTE 52 1005 Reporting Monthly Program Progress Reports (DELIVERABLE) 12 1006 Staffing Plan Staffing Plan (DELIVERABLE) 12 1007 Transition Plan Transition Plan Support (DELIVERABLE) 1 1008 Manpower Subject Matter Expert Four (4) FTE One (1) FTE = 2,080 hours per year 1 YR 1009 Management Consultant Four (4) FTE One (1) FTE = 2,080 hours per year 1 YR Total Option Year 1 Option Year 2 Period of Performance: 12 months Line Item Description Quantity Unit Price Total Price 2001 Manpower Studies NTE 52 2002 VA Function Organization Manual (FOM) Updates to the VA Functional Organization Manual (FOM) (DELIVERABLE) 1 2004 Special Studies Special Projects Needed to Support the Manpower Studies (DELIVERABLE) NTE 52 2004 Reporting Monthly Program Progress Reports (DELIVERABLE) 12 2006 Staffing Plan Staffing Plan (DELIVERABLE) 12 2007 Transition Plan Transition Plan Support (DELIVERABLE) 1 2008 Manpower Subject Matter Expert Four (4) FTE One (1) FTE = 2,080 hours per year 1 YR 2009 Management Consultant Four (4) FTE One (1) FTE = 2,080 hours per year 1 YR Total Option Year 2 Option Year 3 Period of Performance: 12 months Line Item Description Quantity Unit Price Total Price 3001 Manpower Studies NTE 52 3002 VA Function Organization Manual (FOM) Updates to the VA Functional Organization Manual (FOM) (DELIVERABLE) 1 3004 Special Studies Special Projects Needed to Support the Manpower Studies (DELIVERABLE) NTE 52 3005 Reporting Monthly Program Progress Reports (DELIVERABLE) 12 3006 Staffing Plan Staffing Plan (DELIVERABLE) 12 3007 Transition Plan Transition Plan Support (DELIVERABLE) 1 3008 Management Consultant Two (2) FTE One (1) FTE = 2,080 hours per year 1 YR Total Option Year 3 The period of performance (PoP) shall be one (1) years from date of award, with three (3) options for one (1) year each. 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: 52.212-1 - Instructions to Offerors Commercial Items (JUN 2020) 52.209-7 - INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) 52.212-3 - Offerors Representations and Certifications Commercial Items (OCT 2014) 52.216-1 - TYPE OF CONTRACT (APR 1984) 52.233-2 - SERVICE OF PROTEST (SEP 2006) 52.204-7 - SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.229-11 - TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION (JUL 2016) www.sam.gov registration is required to be complete at time of submission of response. 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 (JUN 2020), 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: 52.212-4 - Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are included as addenda to FAR 52.212-4: 52.217-8 - OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.203-17 - CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JUN 2020) 52.204-9 - PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-13 - SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18 - COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.227-14 - RIGHTS IN DATA GENERAL (MAY 2014) 52.232-40 - PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.237-3 CONTINUITY OF SERVICES (JAN 1991) 52.245-1 - GOVERNMENT PROPERTY ALTERNATE I (JAN 2017) 52.245-9 - USE AND CHARGES (APR 2012) 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) 852.219 11 VA NOTICE OF TOTAL VETERAN OWNED SMALL BUSINESS SET ASIDE (JUL 2019) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 852.233 70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) 852.233 71 ALTERNATE PROTEST PROCEDURE (OCT 2018) 852.270 1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2018) 852.219-74 - LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2020) The following subparagraphs of FAR 52.212-5 are applicable: 52.203 6 - Restrictions on Subcontractor Sales to the Government Alternate I (JUN 2020) 52.203 13 - Contractor Code of Business Ethics and Conduct (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.219-8 - Utilization of Small Business Concerns (OCT 2018) 52.219-28 - Post Award Small Business Program Representation (MAY 2020) 52.222-3 - Convict Labor (JUN 2003) 52.222-21 - Prohibition of Segregated Facilities (APR 2015) 52.222 35 - Equal Opportunity for Veterans (JUN 2020) 52.222 36 - Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222 37 - Employment Reports on Veterans (JUN 2020) 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 - Combating Trafficking in Persons (JAN 2019) 52.222-54 - Employment Eligibility Verification (OCT 2015) 52.223 18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008) 52.229 12 - Tax on Certain Foreign Procurements (JUN 2020) 52.232-33 - Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.222-41 - Service Contract Labor Standards (AUG 2018) 52.222-43 - Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (AUG 2018) 52.222-55 - Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 - Paid Sick Leave Under Executive Order 13706 (JAN 2017) 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, past performance, and key personnel. 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 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 set aside for Veteran Owned Small Business (VOSB). 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 September 1, 2020 at 12:00 PM EST. Any communications or questions shall be submitted electronically to Benjamin Niznik via email at Benjamin.Niznik@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. 36C77620Q0174 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. The deadline for questions pertaining to the solicitation shall be 9/1/2020, 12:00 PM EST. Any answers to questions received will be posted as an amendment to the solicitation after the questions deadline. 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 Benjamin.Niznik@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. Within the contractor proposal, the contractor shall provide a staffing plan. *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 Request for quote (RFQ) in a format that follows the RFQ tasks and/or deliverables. The Offeror shall provide a summary of experience and knowledge to include experience collecting, aggregating, analyzing, compiling, and reporting manpower data for a variety of positions. Summary should include experience on creating and maintaining organization manuals, as well as revalidation processes, special studies, and transition plans. (ii) PRICE VOLUME. The Offeror shall submit a firm-fixed price quote for each task outlined in the RFQ 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 RFQ. 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 Complete Attachment F Past Performance and email your completed questionnaire to Adeitra.Jimmison@va.gov and Benjamin.Niznik@va.gov no later than the date proposals are due. (iv) KEY PERSONNEL VOLUME. Certain skilled experience professional and/or technical personnel are essential for accomplishing the work to be performed. These individuals are defined as Key Personnel whose résumés shall be submitted and marked by the contractor as Key Personnel. Resumes will be used to determine qualifications of proposed key personnel. Manpower Subject Matter Expertise: Must possess prior experience and have expert understanding of the evolutionary process of implementing a manpower program into an organization like VHA that has a mix of administrative, clinical, and contract personnel. Acceptable experience would include one or more of the following: Department of Defense (DoD) manpower experience, industrial engineering, and data analytics. Management Consultant: Supports analysis of organizational structure, responsibilities, teamwork, capabilities of incumbents, business or operating procedures, reporting relationships, processes, and workflow to devise most efficient methods of accomplishing work. Provides expert advice and assistance in support of an agency s mission oriented business functions including management and strategy consulting. 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 September 9, 2020 at 12:00 PM EST via email to Benjamin.Niznik@VA.GOV and Adeitra.Jimmison@VA.GOV . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Adeitra Jimmison, Contracting Officer, Adeitra.jimmison@va.gov. Benjamin Niznik, Contract Specialist, Benjamin.Niznik@VA.GOV ATTACHMENTS: Please see all attached documents. ATTACHMENT A PWS ATTACHMENT B CONTRACTOR STAFF ROSTER ATTACHMENT C CONTRACTOR PERSONNEL CHANGE FORM ATTACHMENT D TRAVEL AUTHORIZATION REQUEST ATTACHMENT E SECURITY REQUEST PACKET ATTACHMENT F PAST PERFORMANCE ATTACHMENT G -- QASP
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5759d73d882a44c189758b0106afe18c/view)
 
Place of Performance
Address: Dept of Vetarans Affairs Program Contracting Activity Central 6150 Oak Tree Blvd, Ste 300 Independence OH 44131
 
Record
SN05777677-F 20200830/200831093743 (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 |
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.