SOLICITATION NOTICE
R -- STATISTICAL SUPPORT
- Notice Date
- 10/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV10T0283
- Response Due
- 10/28/2010
- Archive Date
- 12/27/2010
- Point of Contact
- Jacquetta White, 706-787-8435
- E-Mail Address
-
Southeast Regional Contracting Office
(jacquetta.white@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 is a Combined Synopsis/Solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-10-T-0283. This acquisition is issued as a Request for Quote (RFQ) and is 100% Set Aside for Small Businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification System Code (NAICS) for this procurement is: 541690; and the small business size standard is 7M. Eisenhower Army Medical Center, Fort Gordon, GA, has a base plus 4 option years non personal Statistical Support Services requirement for services as stated in the Performance Work Statement (PWS) and Contract Line Item Numbers (CLIN) contained herein. The following FAR Clauses and provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-4, Contract Terms and conditions-Commercial Items, and the Addendum to 52.212-4, Local Clause 5003 applies to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items to include the provisions of 52.203-3, 52.203-6 Alt I, 52.203-12, 52.204-4, 52.204-9, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-51, 52.222-54, 52.223-3, 52.223-5, 52.225-13; 52.228-5, 52.229-6 52.232-18, 52.232-33, 52.233-3, 52.233-4, 52.237-2, 52.237-3, 52.242-13, 52.242-15, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.209-7004, 252.232-7003, 252.232-7010, 252.204-7004 Alt A, 252.243-7001, 252.243-7002, 252.247-7023, 52.217-8 Option to Extend Services - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of expiration date, 52.217-9 Option to Extend the Term of the Contract - (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months., 52.252-2, 52.252-6 Authorized Deviations in Clauses - (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any DOD FAR Supplement (48 CFR 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation., 252.212-7001, 52.212-1 Local Provision 5004, 52.204-5, 52.214-34, 52.222-48, 52.233-2, 52.252-1, 252.209-7001, 252.212-7000, 52.212-2 Evaluation Commercial Items - (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: (i) technical capability of the service offered to meet the Government requirement, and (ii) price. Awardee will be the Lowest Priced, Technically Acceptable (LPTA) Offeror. (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 offers 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.; all of which apply to this solicitation. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. The submitted offer must include the following: a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Performance Work Statement Statistical Services The Contractor shall provide statistical services for the Department of Clinical Investigations (DCI) at Dwight D. Eisenhower Army Medical Center (DDEAMC) 1. General. 1.1. Non-Personal services contract for a Biostatistician. The Biostatistician shall provide statistical consultation and data analysis for selected research projects, to include the thesis project conducted by nurse anesthetist students at Dwight D. Eisenhower Army Medical Center. Actual work location will be at the Department of Clinic Investigation at Dwight D. Eisenhower Medical Center, Fort Gordon, Georgia. 1.2. This requirement is for non-personal services. Contract personnel rending the services are not subject, either by the contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationship between the Government and its employees. 2. Work Schedule. 2.1. Primary responsibility shall be administrative support for all facets of the research study including data cleaning, data entry, data analysis and study close-out. Hours will vary per work week, approximately 1 to 2 days (10-15 hours) for a period of 1 year with options to extend addition 4 years. Duty hours are flexible; no call or holiday hours. No overtime or night time differential. The report to person for these studies will be the department chief or designee. 3. Duties. 3.1. Shall provide statistical consultation and data analysis for select research project, to include the thesis project conducted by nurse anesthetist students at DDEAMC. Statistical consultation shall be done at mutually satisfactory time frames for each research project undertaken. Shall provide consultation on the research design as well as consultation on the planning, execution and interpretation of statistics as applicable to the selected research projects. Once studies are complete Contractor shall notify Chief, Department of Clinical Investigations or his designee and DCI will maintain a log of all studies for payment to be sent to Contracting Officer Representative. 3.3. Specific tasks include: assisting with research study design for DDEAMC scientists, residents and researchers, provide on-going communication with researchers, assist with the preparation of reports and manuscripts for publication, assist with data analysis and the interpretation of study findings, communicate frequently with the investigators concerning projects via email, team meetings, and phone contact. Assist investigators with the completion of supported projects. 4. Government Furnished Property and Services 4.1. Government will provide common commercial-type office space and equipment. The contractor may use government-furnished property, including software/applications and hardware, for performance of work under this contract. The contractor is accountable for all existing property furnished by the government and upon notification shall return all Government property in good working condition, subject to normal wear and tear from its intended use. The contractor shall notify the Contracting Officers Representative (COR) of changes to physical location or condition of government property. 4.2. Contractor Personnel. Contractor employees while working on Fort Gordon shall wear a Government issued identification badge and comply with all Fort Gordon and Army base regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, off limits areas, wearing of parts of military uniforms, and possession of weapons). Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. Contractor employees shall present a professional appearance at all times and that their conduct shall not reflect discredit on the United States or the Department of Army. Contractor Employees must apply for a Common Access Card (CAC) in order for access to Federally-controlled computer information systems. 4.3. The government furnished identification badge, and CAC are the property of the government. Contractors is responsible to ensure that these items are safeguarded and return all government issued identification prior to their last day of work under the contract. 5. Minimum Qualifications. 5.1. The employee shall have at least 6 years research experience working as a full-time PhD Biostatistician. Shall be familiar with theoretical advances in hypothesis testing and medically oriented biostatistics, both human and animal and non-human and non-animal. Examples: a familiarity with SPSS, multiple linear regression analysis, non-linear multi-variant analysis, non-parametric statistics. 6. Additional Requirements. 6.1. Work conducted in medical and/or military facilities. 6.2. Complies with the civilian dress code of assigned duty station. 6.3. Minimal health requirements that must be met will include the requirement for the contractor to provide written documentation of the following: "Good general health status. 7. Travel Requirements. None 8. Deliverables. 8.1. Responsible for findings, reports and meetings. 8.1.1. Verbal recommendations regarding research design to include sample size and appropriate statistical procedures for the selected research projects. 8.1.2. Output from statistical procedures produced by statistical analysis software with verbal interpretation of input. 8.1.3. Critique of the researchers verbal and /or written interpretation of data analysis. 8.2. Bi-Monthly meeting. Face to face meeting with Principal Investigator and Contracting Officer Representative to review work accomplished and plan future priorities. 8.3. Monthly reports. Shall provide written report of work accomplished, complete with data printout to include: 8.3.1. Update on number of participants & next data measurement time point. 8.3.2. Update on Literature Library in files. 8.3.3. Update on data entered into computer files. 8.4. Semi-Annual report. Draft of interim report to be submitted to Contracting Officer Representative or designee. 8.5. End of Project. Draft of final (completion) report to be submitted to Contracting Officer Representative or designee. 9. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) TECHNICAL EXHIBIT PLAN 1 QUALITY ASSURANCE SURVEILLANCE PLAN PERFORMANCE OBJECTIVEPWS PARAPERFORMANCE MEASUREPERFORMANCE THRESHOLD 1. Contractor Fill ratePARA 1The Chief or designed representative will report absences/availability and report to COR. COR will track absences. Non compliance will be reported to the Contracting Officer 95% Compliance 2. Work Schedule PARA 2Hours will vary per work week, approximately 1 to 2 days (10-15) hours for period of 12- 18 months. Duty hours are flexible; no on call or holiday hours. No overtime or night time differential. Non- Compliance will be reported to Contracting Officer.95% Compliance 3. Specific TasksPARA 3 Contract Statistician shall perform statistical consultation and data analysis for selected research projects. Provide consultation on the research design as well as consultation on the planning. Report any findings. DCI will maintain a log to be sent to the COR to track performance. Non-Compliance will be report to Contracting Officer. 100% Compliance 4. QualificationsPARA 3The contractor shall meet the requirement and experience 100% of the time during performance of the contract. DCI Chief or designed representative will monitor performance and report to COR for tracking. Non-Compliance will be reported to Contracting Officer. 100% Compliance PBWS attached for Statistical Services STANDARDMEASUREMENTPAST PERFORMANCE ASSESSMENT 99% to 100%ExcellentDocument Past Performance Assessment Report 96% to 98% Very Goodpaying particular attention to performance that exceeds the standard 95%Satisfactory 91% to 94%Marginal 90% or LessUnsatisfactory ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001200Hours Statistical Support FFP Statistical Support- Non-personal services to provide statistical consultation and data analysis support to Dwight David Eisenhower Army Medical Center, Fort Gordon, Ga.; in accordance with the Performance Base Work Statement. Requested hours are estimated and will be utilized on an as needed basis. POP: 01 Nov 2010 30 Sept 2011 FOB: Destination PURCHASE REQUEST NUMBER: 0010010927 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00021Each Contractor Manpower Report FFP The contractor is required to report the following contractor manpower information, associated with performance of this contract action in support of Army requirements, for all covered contracts, to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs) (ASA(M&RA)), using the secure Army data collection web site at https://contractormanpower.us.army.mil. (Other information requirements associated with the manpower data collection (contract and task or delivery order numbers; appropriation data and amounts; total estimated value of contract; federal supply class or service code; major Army organizational element receiving or reviewing work; beginning and ending date for reporting period; place of performance; name, address, and point of contract for contractor; etc.) are specified and explained at the web site.) FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1000200Hours Statistical Support FFP Statistical Support- Non-personal services to provide statistical consultation and data analysis support to Dwight David Eisenhower Army Medical Center, Fort Gordon, Ga.; in accordance with the Performance Base Work Statement. Requested hours are estimated and will be utilized on an as needed basis. POP: 01 Oct 2011 30 Sept 2012 FOB: Destination PURCHASE REQUEST NUMBER: 0010010927 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 10011Each Contractor Manpower Report FFP The contractor is required to report the following contractor manpower information, associated with performance of this contract action in support of Army requirements, for all covered contracts, to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs) (ASA(M&RA)), using the secure Army data collection web site at https://contractormanpower.us.army.mil. (Other information requirements associated with the manpower data collection (contract and task or delivery order numbers; appropriation data and amounts; total estimated value of contract; federal supply class or service code; major Army organizational element receiving or reviewing work; beginning and ending date for reporting period; place of performance; name, address, and point of contract for contractor; etc.) are specified and explained at the web site.) FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 2000200Hours Statistical Support FFP Statistical Support- Non-personal services to provide statistical consultation and data analysis support to Dwight David Eisenhower Army Medical Center, Fort Gordon, Ga.; in accordance with the Performance Base Work Statement. Requested hours are estimated and will be utilized on an as needed basis. POP: 01 Oct 2012 30 Sept 2013 FOB: Destination PURCHASE REQUEST NUMBER: 0010010927 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 20011Each Contractor Manpower Report FFP The contractor is required to report the following contractor manpower information, associated with performance of this contract action in support of Army requirements, for all covered contracts, to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs) (ASA(M&RA)), using the secure Army data collection web site at https://contractormanpower.us.army.mil. (Other information requirements associated with the manpower data collection (contract and task or delivery order numbers; appropriation data and amounts; total estimated value of contract; federal supply class or service code; major Army organizational element receiving or reviewing work; beginning and ending date for reporting period; place of performance; name, address, and point of contract for contractor; etc.) are specified and explained at the web site.) FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 3000200Hours Statistical Support FFP Statistical Support- Non-personal services to provide statistical consultation and data analysis support to Dwight David Eisenhower Army Medical Center, Fort Gordon, Ga.; in accordance with the Performance Base Work Statement. Requested hours are estimated and will be utilized on an as needed basis. POP: 01 Oct 2013 30 Sept 2014 FOB: Destination PURCHASE REQUEST NUMBER: 0010010927 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 30011Each Contractor Manpower Report FFP The contractor is required to report the following contractor manpower information, associated with performance of this contract action in support of Army requirements, for all covered contracts, to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs) (ASA(M&RA)), using the secure Army data collection web site at https://contractormanpower.us.army.mil. (Other information requirements associated with the manpower data collection (contract and task or delivery order numbers; appropriation data and amounts; total estimated value of contract; federal supply class or service code; major Army organizational element receiving or reviewing work; beginning and ending date for reporting period; place of performance; name, address, and point of contract for contractor; etc.) are specified and explained at the web site.) FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 4000200Hours Statistical Support FFP Statistical Support- Non-personal services to provide statistical consultation and data analysis support to Dwight David Eisenhower Army Medical Center, Fort Gordon, Ga.; in accordance with the Performance Base Work Statement. Requested hours are estimated and will be utilized on an as needed basis. POP: 01 Oct 2014 30 Sept 2015 FOB: Destination PURCHASE REQUEST NUMBER: 0010010927 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 40011Each Contractor Manpower Report FFP The contractor is required to report the following contractor manpower information, associated with performance of this contract action in support of Army requirements, for all covered contracts, to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs) (ASA(M&RA)), using the secure Army data collection web site at https://contractormanpower.us.army.mil. (Other information requirements associated with the manpower data collection (contract and task or delivery order numbers; appropriation data and amounts; total estimated value of contract; federal supply class or service code; major Army organizational element receiving or reviewing work; beginning and ending date for reporting period; place of performance; name, address, and point of contract for contractor; etc.) are specified and explained at the web site.) FOB: Destination NET AMT The government anticipates awarding a single award for this requirement. Services are to be delivered at: Eisenhower Army Medical Center, Building 38705, Attn: Barbara Lofton, Bldg 300, East Hospital Road, Fort Gordon, GA 30905-5650. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Evaluation: Lowest Priced, Technically Acceptable (LPTA). Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to Odessa White via fax at (706) 787-6573 or e-mail: jacquetta.white@amedd.army.mil by 28 October 2010, 4:00 p.m. EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV10T0283/listing.html)
- Place of Performance
- Address: EISENHOWER ARMY MEDICAL CENTER EAST HOSPITAL ROAD BLG 300 Fort Gordon GA
- Zip Code: 30905-5650
- Zip Code: 30905-5650
- Record
- SN02311522-W 20101016/101014234407-ea38c1ebcd95f1dd20b54bf21c95ccd4 (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 |