Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

R -- CLOSING OUT EXPIRED FEDERAL GOVERNMENT CONTRACTS

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
CLOSEOUTFY04
 
Response Due
7/7/2004
 
Archive Date
7/22/2004
 
Point of Contact
Bettie Hartley, Contract Specialist, Phone 301-443-7848, Fax 301-443-2761, - Jackie Jones, Contracting Officer, Phone 301-443-6413, Fax 301-443-2761,
 
E-Mail Address
bhartley@psc.gov, jjones@psc.gov
 
Small Business Set-Aside
8a Competitive
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN THE FEDERAL ACQUISITION REGULATIONS SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED. A WRITTEN SOLICITATION WILL NOT BE ISSUED. THIS REQUIREMENT IS A COMPETITIVE 8(A) SET-ASIDE. The North American Industry Classification System (NAICS) code is 541611 and the small business size standard is average annual receipts for the proceeding three fiscal years not in excess of $6 million. The Request for Proposal (RFP) number is CLOSEOUTFY04. The purpose of this requirement is to provide assistance in closing out expired Federal Government Contracts, Task Orders, Delivery Orders and Simplified Acquisitions throughout the Department of Health and Human Services (HHS) including all regional offices and Operating Divisions (OPDIV?s). The DHHS has ten (10) regions as follows: Region I - serving Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island and Vermont. Region II - serving New York , New Jersey, Puerto Rico and Virgin Islands. Region III - serving Delaware, Maryland, Pennsylvania, Virginia, West Virginia and District of Columbia. Region IV - serving Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina and Tennessee. Region V - serving Illinois, Indiana, Ohio, Michigan, Minnesota and Wisconsin. Region VI - serving Arkansas, Louisiana, New Mexico, Oklahoma and Texas. Region VII - serving Iowa, Kansas, Missouri, and Nebraska. Region VIII - serving Colorado, Montana, North Dakota, South Dakota, Utah and Wyoming. Region IX - serving Arizona, California, Hawaii, Nevada, Guam, Trust Territory of the Pacific Islands and American Samoa and Region X - serving Alaska, Idaho, Oregon and Washington. The following OPDIV?s are located throughout the regions listed above. Administration for Children and Families (ACF); Administration on Aging (AoA); Agency for Healthcare Research and Quality (AHRQ); Agency for Toxic Substances and Disease Registry (ATSDR); Centers for Disease Control and Prevention (CDC); Centers for Medicare & Medicaid Services (CMS); Food and Drug Administration (FDA); Health Resources and Services Administration (HRSA); Indian Health Service (IHS); National Institutes of Health (NIH); Program Support Center (PSC) and Substance Abuse and Mental Health Services Administration (SAMHSA). Offices that have closeout activity are mainly within the Washington, DC area, but are also located throughout the United States. As the principal agency for protecting the health of all Americans and providing critical and essential human services, the HHS has embarked on a major initiative in support of HHS Secretary Thompson?s goals and the President?s Management Agenda in a ?one? Department wide challenge. This involves bringing together diverse activities which will result in coordinated systems for managing programs. Directing a concerted effort to standardize various components within the department is essential in achieving the ?one? Department goal. In particular, standardization in the acquisition arena within each OPDIV is of particular interest which entails consistent approaches to various acquisition policies and procedures. This standardization provides for a unified front across the agency and also allows for increased efficiency and reduced overhead. In an effort to initiate some of these processes, senior management officials and other representatives from each OPDIV of HHS met and collectively designed a set of proposed actions for acquisition consolidation. More specifically, the focus is on the ?closeout function? within the acquisition cycle. The closeout function, while required as part of administration, is often an overlooked activity because considerable time and resources are devoted to awarding contracts, rather than closing them out. Thus a backlog of expired contracts can easily develop as a result of the resource distribution devoted to the award phase and other administrative activities. The Department currently has approximately 30,000 files that need to be closed and they include the following types: Firm Fixed Price, Cost Reimbursement, Cost Reimbursement /Task Order, Fixed-Price/Task Order, Cost Plus Fixed Fee, Cost Plus Award Fee, Time-Material/Task Orders, Simplified Acquisition, Delivery Order (FSS/IDIQ), Fixed-Price SBIR Phase 1. The objective of this HHS Wide Contact acquisition is to acquire one or multiple Contractors who will provide on-site (Government location) and/or off-site (Contractor facility) closeout services related to the physical & administrative completion of expired contracts. The Government reserves the right to determine if more that one contract will be awarded for the required services. The period of performance shall be from October 1, 2004 through September 30, 2005, with four 12-month option periods. A complete description of the requirements for this acquisition is available on FedBizOpps as Request for Proposal (RFP) number CLOSEOUTFY04. Proposals will be evaluated based upon factors as listed below for the base year and four option years. Offerors must review and comply with the FAR provisions or clauses which apply to this solicitation. FAR provisions and clauses are available electronically at www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in response to this solicitation and are those in effect through Federal Acquisition Circular 2001-23: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2004) and FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) factors include (a) Technical Factors (1) Management and staffing plan (2) Qualifications of Staff, including Consultants (3) Technical Approach and (4) Organizational/Corporate Experience (b) Past Performance and (c). Price. All evaluation factors, other than cost or price, when combined , are significantly more important than cost or price. Proposal submission instructions are provided in RFP number CLOSEOUTFY04. Offerors must include a completed copy of FAR 52.212-3 Offerors Representations and Certifications- Commercial Items in their proposal. A complete listing of all applicable FAR clauses are contained in the RFP package posted on FedBiZOpps. The deadline for receipt of questions concerning this combined synopsis/solicitation is 12:00 p.m., EST, JUNE 18, 2004 . Questions must be furnished in writing or by email to bhartley@psc.gov. Your questions must be mailed or faxed in sufficient time to be received by the Contract Specialist on or before JUNE 18, 2004. The date and time for the submission of proposals is 3:00 p.m., EST, JULY 7, 2004. OFFERS MUST BE SIGNED. Proposals shall reference the RFP number and be sent to the attention of Bettie L. Hartley, Program Support Center/HHS, Division of Acquisition Management/SAS, 5600 Fishers Lane , Room 5-101, Rockville, MD 20857. No oral or faxed offers will be accepted. NOTE: ANY AMENDMENTS TO THIS SOLICITATION WILL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. (SEE NUMBERED NOTE 1)
 
Record
SN00603474-W 20040617/040615211651 (fbodaily.com)
 
Source
FedBizOpps.gov 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.