SOLICITATION NOTICE
R -- Head Start Training Consulting
- Notice Date
- 9/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 923120
— Administration of Public Health Programs
- Contracting Office
- Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue Mail Stop RX-24,, Seattle, WA, 98121
- ZIP Code
- 98121
- Solicitation Number
- 2362006Q0004
- Response Due
- 9/27/2006
- Archive Date
- 10/12/2006
- Point of Contact
- Casey LaFran, procurement technician, Phone 206-615-2462, Fax 206-615-2466,
- E-Mail Address
-
casey.lafran@des.ihs.gov
- Description
- See the attached Statement of Work. --------------------------- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This solicitation is conducted with full and open competition. The contracting office anticipates award of a firm fixed price contract resulting from this solicitation for the services and deliverables described herein. --------------------------- PURPOSE OF THE CONTRACT: The purpose of this project is to attain consulting services that will assist IHS Head Start Program by providing a communication bridge with the tribal head start grantees that serve approximately 23,000 infants, toddlers and pre-school Indian children. The contractor will develop and conduct trainings for grantee staff, identify primary issues confronting grantee programs in relation to health care issues, and develop learning materials that tackle these issues. --------------------------- BACKGROUND: The IHS Head Start Program is funded through an Intra-Agency Agreement between the Office of Head Start and the Indian Health Service. The IHS Head Start Program provides preventive health services for 194 American Indian and Alaska Native Early Head Start and Head Start grantee programs nationally to support their efforts in providing health services to EHS and HS children and families. The program priorities include assisting the grantees in meeting the Head Start federal regulations Performance Standards and supporting their efforts to obtain comprehensive health services for the children and families served. The Head Start Program Performance Standards serve as the foundation for effecting quality health services and establishing partnerships with health providers within local Tribal communities administering Head Start services. CONTRACT MONITORING: The contract will be monitored by the IHS Head Start Director and Project Officer. The contractor works independently, referring unusual problems or situations to the IHS Head Start Director and Project Officer. --------------------------- PERIOD OF PERFORMANCE: One year from date of Award. PRICE SCHEDULE: Offerors shall propose one all inclusive lump sum price for consulting services and deliverables described herein. TOTAL PRICE $______________. PROPOSAL SUBMISSION INSTRUCTIONS: Contractor shall provide a Proposal in accordance 52.212-1, and submit a completed copy of FAR 52.212-3 with its offer. --------------------------- 52.212-2 applies to this acquisition. The following Technical Evaluation factors shall be used to evaluate offers. Factors are listed in descending order of importance: 1. Past performance ? the contractor shall have a satisfactory record of integrity, business ethics and provide a list of prior contracts for the past five (5) years. 2. Positive working history with American Indian and Alaska Native Head Start tribal grantees and members. 3. Experience, knowledge and skills on the implementation of the Head Start Bureau Performance Standards as they pertain to Tribal Head Start Programs. 4. Experience in addressing Tribal Head Start health issues. 5. Have experience disseminating health information through several venues, through national and regional American Indian and Alaska Native Head Start systems and networks in a cost effective and timely manner. 6. Have experience planning and delivering trainings. Offers will also be evaluated based on price. Technical factors, when combined, are relatively more important than cost or price. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Division of Acquisition Policy, IHS, Attn: Yolanda Reyna, 12300 Twinbrook Pkwy #605, Rockville, MD 20852, no later than 2:00 p.m., on September 28th, 2006. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your name and address. Offers will also be accepted by fax at (301) 443-5774. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government. --------------------------- CLAUSES: The following Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 352.202-1, 352.270-2 and 352.270-3 The following Federal Acquisition Regulation (FAR) clauses are applicable to the acquisition: 52.202-1, FAR 52.212-4, 52.212-5. As cited in 52.212-5, the following are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9 and 52.232-34. PAYMENTS: FAR clause 52.232-30 applies. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.acquisition.gov and at http://www.hhs.gov/oamp/dap/hhsar.html. --------------------------- CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423.
- Place of Performance
- Address: Various locations
- Zip Code: 87505
- Country: UNITED STATES
- Zip Code: 87505
- Record
- SN01150540-W 20060923/060921220425 (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 |