Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOLICITATION NOTICE

R -- Organizational Analysis / Strategic Plan Development

Notice Date
1/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RQ-0080
 
Archive Date
2/17/2011
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
paula.wilkison@nist.gov, todd.hill@nist.gov
(paula.wilkison@nist.gov, todd.hill@nist.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 SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL SERVICES-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures. *** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48. *** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 561499 with a small business size standard of $7M. This requirement is a 100% Small Business Set-Aside. *** *** The National Institute of Standards and Technology is seeking to purchase Organizational Analysis / Strategic Plan Development for the Management Resources Director and NIST Office Facilities & Property Management (OFPM), Services. *** ***All interested Contractors may provide a quote for the following: CLIN 0001 -- Organizational Analysis / Strategic Plan Development for the Management Resources Director and NIST Office Facilities & Property Management (OFPM), Services. STATEMENT OF WORK Organizational Analysis / Strategic Plan Development for the Management Resources (MR) Director and NIST Office Facilities & Property Management (OFPM), Services. 1. BACKGROUND The National Institute of Standards and Technology's (NIST's) Office of Facilities and Property Management (OFPM) manages and operates facilities for the NIST sites in Gaithersburg, Boulder, Fort Collins and Hawaii. Their mission is to plan, construct, operate, maintain and service the NIST sites and provide a safe, secure and sustainable environment for the NIST community in support of the NIST mission. The Chief Facilities Management Officer (CFMO) is challenged with a broad scope of responsibilities in direct support of the NIST mission. With a diverse array of functions and responsibilities, a primary goal is to continue to evolve the OFPM into an effective, efficient organization that functions and performs as an integrated whole in a seamless fashion. In the past year, much groundwork has already begun toward these goals. The NIST OFPM leadership identified several key areas to be addressed: • Customer education - that is, managing customer expectations • Budget and prioritization • Safety • Strategic focus • Resource advocacy The NIST Institutional Services (IS) Review Panel in February 2008 described the ongoing challenges facing the OFPM in terms of managing day-to-day operations. The findings and recommendations, as well as the areas of challenges and opportunities for the OFPM laid-out in the report, provided a foundation and blueprint for process improvement and increased organizational effectiveness. Over the last two years, using these studies, other organizational analyses, and introspection, the OFPM has identified and addressed certain operational priorities, including: strategic facilities planning, awarding major construction projects, strengthening facilities and construction safety, carrying out a functional realignment and process improvements to increase the effectiveness and efficiency of the design and construction functions, and developing and implementing a process for prioritizing projects in the areas of Safety, Capacity, and Maintenance and Major Repair (SCMMR). The strategic direction of MR and OFPM is to move in a direction that will best align the organization with the NIST mission "to promote U.S. innovation and industrial competitiveness by advancing measurement science, standards, and technology." While the NIST mission remains constant, the science requirements and challenges are continuously evolving due to compelling scientific innovations in the areas of nanotechnology, biotechnology, information technology and other areas of technological innovation. So, in considering the areas where OFPM and MR has to focus its strategic efforts, it must consider the emerging needs of the NIST and the outcomes that would help address these needs. 2. SPECIFIC TASKS The Contractor shall assist the leadership of the Management Resources Directorate and OFPM to better carry-out its mission by providing professional services including: analysis of overall business operations; advice in terms of business modeling to meet customer service needs and expectations; advice in the context of the strategic management plan and specific initiatives; as well as strategic and tactical approaches for improved organizational performance including process improvements, and performance effectiveness and efficiency. The Contractor shall provide all support for project oversight, administration and technical execution of this contract. The Contractor is responsible for maintaining accurate records of project activities. The Contractor shall perform the following tasks: a) Develop for the NIST Associate Director for Management Resources and his staff an outline and framework for the Strategic Management Plan for the Office of Management Resources as a whole. This involves the coalescence of the 73 individual strategic initiatives and the six Management Resources priorities. b) Identify for the Director, OFPM in her NIST-wide role as champion of the Management Resource program priorities concerning partnering with the NIST OUs by accelerating the realignment to the OUs of certain operational responsibilities and the concomitant accountability and develop an outline of future actions. c) Complete an analysis for the improvement of the processing and execution of Operating Unit initiated reimbursable work orders for OFPM and framework for the development and implementation of a work order tracking system. d) Prepare a plan for the development and implementation of an administrative services delivery model for the OFPM for more efficient and effective delivery administrative services including program budgeting and financial analysis, workforce planning and administration, procurement, and other general administrative services. e) Develop a framework for the implementation of the OFPM strategic management plan, in terms of: moving the organization toward the high level goals and organizational values described in the plan; assessing success in terms of the stated desired outcomes of the plan; and implementation of specific strategic initiatives. f) Perform an organizational analysis / diagnostic for areas of the OFPM (that are identified by the CFMO) for the purposes of cultivating a culture of continuous improvement and change management; identify specific potential improvements and approaches that will help the OFPM move toward the goals of improved performance effectiveness, cost effectiveness and efficiency g) Complete special studies and analysis related to improvement of the OFPM operations. 3. DELIVERABLES AND DELIVERABLE DATES The Contractor shall provide progress reports that document their analysis: a) Approximately every 2 weeks, briefing the CFMO / SMA on the outcomes of their analysis / investigations. b) Document findings as each task is completed. c) Brief OFPM Senior Management, as requested by the CFMO, SMA or the Contracting Officer's Representative (COR) on results of investigation. Number of briefings shall not exceed 12. Standards for Acceptance of Deliverables: The Contracting Officer's Representative (COR) will provide comments on each report within five calendars days from receipt of a given report. The contractor shall make any needed changes to the reports within three calendar days from receipt of electronic or written comments from the COR. 1. Period of Performance and Place of Performance The period of performance shall be one year from date of contract award. Performance will be on site at NIST, 100 Bureau Drive, Gaithersburg, MD campus, with the requirement to relocate to or operate from other locations in instances such as a disaster(s). Work shall be performed between the hours of 8:00 AM to 5:00 PM on normal workdays to enable face-to-face technical interactions with the COR and other key NIST staff. Facility/Building/Campus Closures: During anticipated closure of the NIST Campus due to declared training holidays, administrative leave granted to the entire government staff, or other closure, contract employees may not be required to perform services, unless specifically scheduled. In the event of unplanned closure of the facility due to natural disasters, emergency, or severe weather, contract workers who are scheduled to work, shall not report to work unless notified differently by the COR. Federal Holidays: The contract employee will not be paid on federal holidays unless contract employee is scheduled to work on a holiday and will be paid for hours worked at the hourly rate established in the contract. Holidays: The following is a list of legal federal holidays as referred to elsewhere in the contract. Contract employees may be required to work on legal holidays as determined by the COR or OU Division Chief. • New Year's Day, January 1st • Martin Luther King's Birthday, 3rd Monday in January • President's Day, 3rd Monday in February • Memorial Day, Last Monday in May • Independence Day, July 4th • Labor Day, 1st Monday in September • Columbus Day, 2nd Monday in October • Veteran's Day, November 11th • Thanksgiving Day, 4th Thursday in November • Christmas Day, December 25th 2. Government-Furnished Property, Data, and Information All property, data and information provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. Upon award of this requirement, NIST shall provide access to the information and data related to the CFMO operations. 3. Risk Assessment The HSPD-12 Security Risk Level assigned to this contract is low risk. 4. Invoices Under this contract, the Contractor may only submit invoices upon receipt and acceptance by the TIC or COR of each deliverable herein. 5. Contractor Minimum Qualifications The Contractor shall have substantial experience (5 or more years) in managing/leading a complex, federal government service-driven organization that includes substantial facilities, security and safety components. Also, the contractor must demonstrate experience leading a change management initiative and demonstrated skills in finding creative solutions to meet the emerging needs of such a complex organization. 6. General Information This work does not involve confidential or proprietary data. The certification and accreditation requirements of Clause 1352.239-73 do not apply and a security accreditation package is not required. Misconduct or Disruption of Services: At any time during the performance period of this contract, the Contracting Officer, COR or Operating Unit (OU) Director may request the Contractor employee be immediately removed from the premises if they determine, at their unilateral discretion, that any of the Contractor employee's actions or impaired state to be a disruption to the workforce. Safety: The Contractor employee shall be responsible for knowing and complying with all installation safety prevention regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. End of Statement of Work QUOTATION EVALUATION: Evaluation Factors: Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, key personnel, past performance, and price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Minimum Specifications," 2) Past Performance, 3) Key Personnel, and 4) Price. Technical capability, key personnel, and past performance, when combined, are more important than price. Technical capability and key personnel are more important than Past Performance. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation and resume which shows the level of Offeror's knowledge of facilities, security, safety, and administrative operations, as well as Offeror's approach to the requirements. Key Personnel: Evaluation of Key Personnel will be based on the information provided in the quotation and resume which shows the level of Offeror's experience in managing or leading a federal government service driven organization, and knowledge of NIST, OFPM, and the Management Resources organization. Past Performance: Evaluation of Past Performance shall be based on the information provided in the quotation and resume, in addition to that information provided by Offeror's references and/or the quoters recent and relevant procurement history with NIST or its affiliates. Evaluation of Past Performance will include Offeror's history of meeting delivery schedules for prior deliverables, demonstrated experience leading a change management initiative, and examples of demonstrated skills in finding creative solutions to meet the emerging needs of a complex organization. Price: Quoted price will be evaluated for reasonableness. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ******The following clauses apply to this acquisition: 1. 52.212-4 Contract Terms and Conditions-Commercial Items; 2. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.204.9 Personal Identity Verification of Contractor Personnel b. 52.203-6 Restrictions on Subcontractor Sales to the Government c. Utilization of Small Business Concerns d. 52.219-28 Post Award Small Business program Rerepresentation. e. 52.222-3 Convict Labor f. 52.222-19 Child Labor - Cooperation with Authorities and Remedies g. 52.222-21, Prohibition of Segregated Facilities h. 52.222-26, Equal Opportunity i. 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212) j. 52.222-36, Affirmative Action for Workers with Disabilities k. 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) l. 52.223-18, Contractor Policy to Ban Text Messaging while Driving; m. 52.232-33, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. 3. 52.227-17 Rights in Data - Special Works 4. 52.204-7 Central Contractor Registration The following Department of Commerce (CAR) clauses Department of Commerce Clauses apply to this acquisition. a. 1352.201-70 Contracting Officer's Authority. b. 1352.201-72 Contracting Officer's Representative (COR). c. 1352.209-70 Organizational Conflict of Interest. d. 1352.209-72 Restrictions Against Disclosure. e. 1352.209-73 Compliance with the Laws. f. 1352.231-71 Duplication of Effort. g. 1352.233-70 Agency Protests h. 1352.227-70 Rights in Data, Assignment of Copyright. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** QUOTATION SUBMISSION INSTRUCTIONS: All quoters shall submit the following: 1) One (1) copy of a price quotation which addresses Line Item 0001; 2) one (1) resume each for proposed key personnel, reflecting past/present experience; 3) Description of technical approach; 4) A list of at least three (3) references, organized as indicated below: a. Resumes for proposed key personnel The Offeror shall submit the resumes for all proposed key personnel for the requirement detailed in the Statement of Work. Resumes shall be submitted as part of the Offeror's overall submission package. b. Past Performance References Offerors must provide a list of at least three (3) references to which the same or similar service has been provided. The Offeror must include the reference name, contact person, and contact information in the quotation. c. Technical approach The Offeror shall submit a detailed description of their technical approach for the requirement detailed in the Statement of Work. Technical approach shall consist of a detailed description of Offeror's proposed approach to accomplish the requirements as stated in the Statement of Work. d. Cost/Price The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror shall specify the fixed price for the project detailed in the Statement of Work. This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. *** Offerors shall submit their complete quotations no later than 12:00 PM Eastern Time on February 2, 2011. FAX quotations shall not be accepted. E-mail quotations shall only be accepted at paula.wilkison@nist.gov. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Paula Wilkison.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0080/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02362312-W 20110121/110119234012-f046c0d0f228d49485a9ee4909bf3dc6 (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.