Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

R -- CFSAN MANAGEMENT SUPPORT

Notice Date
8/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
REQ1046303
 
Point of Contact
Monifa N Coleman, Phone: 301-827-7164
 
E-Mail Address
monifa.coleman@fda.hhs.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 FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-26. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 541611, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. This is a total small business set-aside. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) The Food and Drug Administration (FDA) intends to award a purchase order for professional services to maintain and improve Center for Food Safety and Applied Nutrition (CFSAN) functioning by working with individuals and small groups to promote personal and professional growth and productivity, productive interpersonal relationships, and organizational morale. The Statement of Work is as follows: Objective: CFSAN’s mission is critical to the well being of U.S. consumers and, indirectly, consumers world-wide. This mission often involves shifting priorities, grappling with difficult and controversial scientific questions, and solving urgent, complex problems within short timeframes, typically under intense public scrutiny. It is essential that CFSAN operations, both short- and long-term, function as smoothly as possible at all levels and under conditions that can involve considerable stress to employees. In addition to sound organizational structure, issues relating to morale and good functioning can arise at the individual and small group level, with effects that can adversely affect organizational functioning if not identified early and addressed in a manner that benefits both the individuals and the organization. Scope of Work: Independently, and not as an agent of the Government, the contractor shall furnish the necessary personnel, materials, and services and otherwise do all things necessary for, or incident to, the performance of the work as described below. The contractor shall work closely with the Director of CFSAN, the CFSAN Deputy Directors, other members of the CFSAN Senior Leadership Team, the CFSAN Management Council, other CFSAN managers, supervisors, and personnel, as situations warrant. At the request of CFSAN management, and on the basis of its own observations, the contractor shall evaluate the nature of problems affecting behavior and the ability to function, primarily involving individuals and/or small groups that, if not addressed, could adversely affect, or is already adversely affecting, the ability of individuals or small groups to perform in a manner that is beneficial to the organization as a whole. Some issues requiring evaluation and intervention may involve matters not yet known to management. Under such circumstances, the evaluation would likely arise from information coming to the attention of the contractor because of the contractor’s ability to engender trust at all levels of the organization. Such evaluations shall occur largely through interviews with individuals and small groups although they could also involve the facilitation of meetings. Depending upon the situation and the nature of the request, the evaluation may result in recommendations and advice to management on a course of action best designed to resolve the problem(s). To the extent possible, recommendations may take into account a familiarity with individuals, organizational dynamics, and organizational culture, and with the range of remedies available to management. As circumstances dictate, the contractor may participate in implementing the recommendation(s) described above, primarily through interviews, counseling, and coaching that may be either short- or long-term, and meeting facilitations. At the judgment of the contractor, the contractor may intervene on its own initiative, without an initial request from management, with interviews, counseling, and coaching when, in the judgment of the contractor, such intervention is warranted or when such intervention is requested by an individual. This judgment may be based on the contractor’s observations as well as knowledge of individuals and circumstances within CFSAN. Coaching and counseling by the contractor may involve, but is not limited to: career development, establishing goals, considering issues confronting CFSAN, resolving personal issues that could affect work capabilities, the development of legacies, the exploration of ideas and solutions, the dynamics of leadership, the management of conflict, alienation and isolation, and the consideration of other points of view. In addition to the above activities, the contractor may, at the request of CFSAN management, facilitate meetings and conduct organizational assessments or assessments of various activities and ongoing programs in order to make recommendations for changes that will improve working relationships and morale. This project involves resolving conflicts between individuals and among groups and work units; the facilitation of meetings so as to respectfully include differing points of view; intervention with difficult personnel; reduction of alienation, isolation and demoralization that can undercut productivity; and the management of emotions that damage on-the-job performance and well being. Another important component of this project is coaching executives and other officials in how to consider their roles in resolving broad issues that confront CFSAN, including issues that may have roots in CFSAN’s organizational history and in the history of relationships among people at CFSAN. The work involved is dependent on the contractor’s knowledge and understanding of CFSAN, including its structure, history, and personnel. The awardee must have the ability to engender trust at all levels within an organization in order to be able to intervene successfully at the individual and small group level within the organization and to be able to obtain sensitive information on behalf of management. Reporting Requirements/Deliverables: The contractor shall provide a quarterly report on consultations, related meetings and progress with individuals or small groups. Reports should adhere to principles of confidentiality and privacy. Summary Schedule of Report/Deliverables: Summary Item Quantity Due Dates Quarterly Progress Report 3 copies Quarterly Final Report 3 copies NLT Purchase Agreement Expiration Date Period of Performance: September 22, 2008 through September 21, 2009 EVALUATION FOR AWARD Basis for Award: a. Proposals received will first be evaluated from a technical standpoint without regard to proposed cost. Those proposals considered to be technically acceptable will then be evaluated from a financial and management standpoint. b. Technical factors are significantly more important than cost or price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then cost or price could become primary. c. FDA will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. FDA’s acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the lowest priced, technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror’s technical solution is evaluated. This tradeoff process (see FAR 15.101-1) depends on the government’s assessment of quality factors, including but not limited to past performance, compliance with solicitation requirements, technical excellence, management capability, personnel qualifications and prior experience, and price. TECHNICAL EVALUATION CRITERIA: Evaluation Factors Understanding of Requirements: The proposal shall demonstrate a comprehensive understanding of the requirements of the scope of work. The offeror shall clearly define and demonstrate its understanding of the complex nature of individual concerns and issues coupled with organizational requirements and objectives. The offeror shall demonstrate its adherence to the inherent and necessary confidentiality requirements of its tasks and its impact on the facilitation and resolution of issues based on information from various organizational levels and individuals within CFSAN. 20% Project Approach The offeror shall delineate an approach that includes strict confidentiality requirements and demonstrates how that confidentiality will be assured. To the extent possible, the offeror shall clearly demonstrate and describe the process of services to individuals and organizations on such matters as: the resolution of conflicts between individuals and among groups and work units; the facilitation of meetings reflecting differing points of view; the intervention and the reduction of alienation and isolation among staff; and the management of emotions and development of well-being within CFSAN. 20% Deliverables The contractor shall provide a quarterly report on consultations, related meetings and progress with individuals or small groups. Reports should assure adherence to principles of confidentiality and privacy. 20% Experience and Past Performance The offeror must demonstrate all relevant experience and professional qualifications, training received and educational accomplishments. The offeror, to the extent possible, shall demonstrate an understanding of the relationship of CFSAN management at all levels with its personnel and to its organizational culture. To the extent possible, the offeror shall demonstrate and provide documentation of the experience in the provision of services to individuals and organizations in a complex and active organizational environment. The offeror also shall demonstrate experience in coaching executives and other officials in their roles in the resolution of broad organizational issues that may have roots in their organizational history and in the historical relationships among staff. 40% PAYMENT SCHEDULE: Payment will be made in monthly installments based on level of effort (hours worked). FACILITIES: Contractor shall conduct research in space provided by FDA. FDA will also provide appropriate equipment. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Monifa.Coleman@fda.hhs.gov no later than August 26, 2008, 2:00pm EST. QUOTATIONS DUE: All quotations are due, via email to: Monifa.Coleman@fda.hhs.gov, no later than 12:00pm, EST on Wednesday, September 3, 2008. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Monifa.Coleman@fda.hhs.gov. No phone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d41c225970a28e788164b61d8a943220&tab=core&_cview=1)
 
Place of Performance
Address: 5100 PAINT BRANCH PARKWAY, COLLEGE PARK, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01648922-W 20080824/080822223132-d41c225970a28e788164b61d8a943220 (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 |
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.