SOLICITATION NOTICE
R -- BUSINESS CONSULTING SERVICES
- Notice Date
- 12/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ-10-08-020-REL
- Response Due
- 1/14/2008
- Archive Date
- 1/29/2008
- Point of Contact
- Rita Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108
- E-Mail Address
-
Rita.Langager@ihs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.101, Non-Personal Service Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price non-personal service commercial item contract in response to Request for Quotation (RFQ)-10-08-020-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The associated North American Industry Classification System code is 541611 and the small business size standard is $6.5 million. PRICE SCHEDULE - BUSINESS CONSULTING SERVICES: SCHEDULE A - BASE YEAR: Contract Line Item Number (CLIN) ONE: 12 MONTHS @ $______________ per MO = $________________; CLIN TWO: Service Unit Site Visits: 12 TRIPS @ $______________ per trip = $________________; SCHEDULE B - OPTION YEAR ONE: CLIN ONE: 12 MONTHS @ $______________ per MO = $________________; CLIN TWO: Service Unit Site Visits: 12 TRIPS @ $______________ per trip = $________________; SCHEDULE C - OPTION YEAR TWO: CLIN ONE: 12 MONTHS @ $______________ per MO = $________________; CLIN TWO: Service Unit Site Visits: 12 TRIPS @ $______________ per trip = $________________; GRAND TOTAL: $________________. STATEMENT OF WORK: The purpose of this contract is to hire a consultant to train, teach, coach and facilitate techniques and processes to the Indian Health Service (IHS) at the Service Units and Area Office to improve the work environment and services throughout the Billings Area. The service locations will include seven sites, six locations in Montana and one in Wyoming. Six of the seven sites are health service delivery units and one administrative site. The service sites are comprised of approximately 1,063 employees. (1) The Contractor will work with the IHS to address opportunity areas from Employee Opinion Poll/Survey, Patient/Customer Service Survey results and results from individual employee and program assessments. The Contractor will measure progress against the existing customer service and employee baseline data. (a) The Contractor will conduct an Employee/Opinion Poll/Survey. Senior management will schedule the dates. (b) The Contractor will present and explain Employee Opinion Poll/Survey criteria and results to Service Unit and Area Office Management and upon request present to Service Unit and Area Office employees. (c) The Contractor will provide measurement tools/support for measuring patient/guest/customer service expectations. (d) Provide training and coaching on patient/guest/customer service expectations. (e) The Contractor will facilitate training and coaching leadership skills on creating accountability for QWE and Service. 2. The Contractor will provide guidance and assist with the monthly QWE action conference calls with the Service Units and Area Office leadership. The Contractor will review and evaluate the effectiveness of the QWE conference calls and make appropriate recommendations for improvement. The Contractor will also review and evaluate the effectiveness of the established monthly accountability process/frame work. 3. The Contractor will provide action team workshops on an as needed basis to teach IHS how to create action to stimulate the cultural improvement. The Contractor on a requested basis will assist individual action teams. 4. The Contractor will train and assist leadership with the established IHS Billings Area system wide leadership service standards to maintain clear leadership expectations. 5. As requested by the Area Director the Contractor will accompany IHS management staff to perform Service Unit and Area Office site visits to inspect what the Agency is expecting. This will include actual onsite inspections of quality work environment activities that are being addressed and to inquire and check specific outcomes. 6. The Contractor will assist leadership in the use of a People Resource Planning Process to create a shared vision and accountability with the Service Unit Directors and Associate Area Directors on how leadership is performing. The Contractor will provide training to the Service Unit Directors and Associate Area Directors on the People Resource Planning Process. 7. The Contractor will evaluate the effectiveness of the IHS Learning Center. The Contractor will provide facilitation, leadership and training modules as requested by IHS. 8. The Contractor will provide leadership coaching to key members of the IHS Leadership Team. The Contractor will provide leadership retreats/facilitation support. 9. The Contractor will meet with the Area Director and other IHS Senior Management on a monthly basis to plan, report on the progress of the services provided and discuss opportunity areas for improvement. 10. The service locations and number of employees for each site are listed as follows: (a) Blackfeet Service Unit, Browning, Montana - 254 employees; (b) Crow Service Unit, Crow Agency, Montana - 263 employees; (c) Fort Belknap Service Unit, Harlem, Montana - 125 employees; (d) Fort Peck Service Unit, Poplar, Montana - 114 employees; (e) Northern Cheyenne Service Unit, Lame Deer, Montana - 112 employees; (f) Wind River Service Unit, Fort Washakie, Wyoming - 111 employees; and (g) Billings Area Office ? 84 employees. PERIOD OF PERFORMANCE: February 1, 2008, through January 31, 2009, with two 12-month options. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractor's technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Billings Area IHS Office, 2900 Fourth Avenue North, Billings, Montana 59101. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provisions 52.212-1 Instructions to Offerors Commercial Items, and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) METHODOLOGY AND APPROACH = 20 POINTS. (a) Proposals that merely offer a statement to provide services in accordance with the requirements of the government's statement of work will not be eligible for award. Offerors must submit an explanation of the proposed technical approach in conjunction with the tasks outlined in the statement of work. The technical proposal must provide a statement of the problems, scope, and purpose of the project in the offeror's own words to demonstrate a complete understanding of the objectives and "Statement of Work" requirements. (b) The detailed work plan must address how each aspect of the "Statement of Work" will be accomplished and should be in as much detail to ensure it fully explains your proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being undertaken. (c) The technical proposal must fully describe the proposed technical approach to comply with each of the requirements specified in the "Statement of Work"; (2) QUALITY WORK ENVIRONMENT (QWE) EXPERIENCE/TECHNICAL CAPABILITIES = 50 POINTS. (Proposals that merely offer a statement to provide services in accordance with the requirements of the government's statement of work will not be eligible for award. Offerors must submit an explanation of the proposed technical approach in conjunction with the tasks outlined in the statement of work. The technical proposal must provide a statement of the problems, scope, and purpose of the project in the offeror's own words to demonstrate a complete understanding of the objectives and "Statement of Work" requirements. (2) The detailed work plan must address how each aspect of the "Statement of Work" will be accomplished and should be in as much detail to ensure it fully explains your proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being undertaken. (3) The technical proposal must fully describe the proposed technical approach to comply with each of the requirements specified in the "Statement of Work"; (3) PAST CONTRACT PERFORMANCE INFORMATION = 30 POINTS. (1) The technical proposal must include a list of other quality work environment/service initiatives, contracts, and subcontracts, Government and/or commercial, awarded to the offeror. The contracts must contain the same type of quality work environment/service contracts outlined in the Statement of Work. Include the following information for each contract and subcontract: (a) Name of Contracting Activity; (b) Contract number, if applicable; (c) Contract type; (d) Total contract value; (e) Description of contract work; (f) Contracting Officer and telephone number; (g) Program Manager and telephone number; (h) Administrative Contracting Officer, if different from Item F, and telephone number; and (i) List of major subcontracts. (2) The offeror must demonstrate its record of successful performance in past contracts and subcontracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts for similar services. The offeror shall include the following past performance information: (a) Identify the one contract, which you consider to be the most successful, and the reasons for this determination; (b) Evidence of timely and acceptable contract performance on similar QWE consultant services; (c) Evidence indicating customer satisfaction for similar services outlined in the Statement of Work; and (d) Evidence of concern for cost control and budgetary considerations. Technical and past performance, when combined, are considered equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. 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.arnet.gov and http://knownet.hhs.gov/acquisition/hhsar/default.htm. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. 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 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on January 14, 2008. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. 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 60 days from the date of receipt by the Government.
- Record
- SN01475994-W 20071226/071224223104 (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 |