Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
DOCUMENT

R -- Leadership Advisory, Hospitality, Training and Consulting Services (emphasis on Customer Services, Employee Empowerment and Baldrige Alignment) - Attachment

Notice Date
12/20/2011
 
Notice Type
Attachment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/NCA);3801 Miranda Ave;Palo Alto CA 94304-1207
 
ZIP Code
94304-1207
 
Solicitation Number
VA26112Q0221
 
Response Due
12/29/2011
 
Archive Date
2/27/2012
 
Point of Contact
Helena Zhao
 
E-Mail Address
3-5000x65352<br
 
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, 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. The solicitation number is VA261-12-Q-0221 and is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 and Veterans Administration Acquisition Regulation (VAAR) dated 7 Jan 2010. Only emailed requests received directly from the requester are acceptable. The North American Industrial Classification System (NAICS) code is 611710 and the small business size standard is $7 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 and Veterans Administration Acquisition Regulation (VAAR) dated 7 Jan 2010. Only emailed requests received directly from the requester are acceptable. The contract requirement (Statement of Work) for this procurement is outlined in Attachment One - Final Statement of Work and all other attachments for all applicable contract requirements. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1 below and offerors will be evaluated in accordance with FAR52.212-2. Submission of proposal shall include all information required in the RFP provided. Note: Prospective offerors are required to submit three separate proposals, one technical proposal, one past performance proposal and one price proposal. If all three proposals are not received, it may result in rejection or elimination of your proposal, and will not be considered for award. All questions shall be submitted in writing to Helena.zhao@va.gov no later than December 22, 2011, at 10:00AM PST. Only electronic offers will be accepted. RFP is due to Helena.zhao@va.gov 10:00AM Pacific Standard Time, December 29, 2011. Contractor shall follow FAR 52.212-1 and 52.212-2, see below when submitting proposal. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN DescriptionQTYUNITTOTAL 0001Leadership Advisory, Hospitality, Training and Consulting services1JB SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2011 ). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2011) For the purposes of this clause items (b) 4,6,7,11,22,25,28, 30,37and 41 (c) 1 and 3 (Services: Administrative Support and Clerical occupations and Technical Occupations) FAR 52.228-5 Insurance -Work on a Government Installation (Jan 1997) FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) FAR 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a firm fixed price contract resulting from this solicitation. FAR 52.217-8 Option to Extend Services (Nov 1999) 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. VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternate Protest Procedure (JAN 1998) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.273-75 Security Requirement for Unclassified Information Technology Resources (Interim-Oct 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim-October 2008) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code for this acquisition is 611710 and the small business size standard is $7Million. (b) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Submission of offers: Only electronic copy will be accepted. (1) Electronic Submissions: Offerors can email their proposals to Helena.zhao@va.gov and must have the solicitation number indicated in the Subject line. Files must be readable using Microsoft Office 2007: Word, Excel, PowerPoint, or Access. Files in Adobe* PDF Files - when scanning documents, scanner resolution should be set at least 200 dots per inch (dpi). Note that zip files are not acceptable. (2) Follow the proposal preparation instructions as given in the solicitation and prepare your response and supporting documents. Offerors must be registered in the Central Contractor Registry (CCR) and have a DUNS number. (Duns & Bradstreet) (3) Timeliness. Make note of the solicitation closing date and time listed on the first page of the solicitation. (d) Instructions for Preparation and Submission of Proposals Proposal Format and Content - Offers without the specific minimum content or not in the specified format may be judged unacceptable. The offer must have a title page identifying the offeror, the solicitation number and the contents as outlined below. To insure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offers must be complete, self-sufficient and respond directly to the requirements of the solicitation. Offerors are required to submit three separate and detachable proposals: Technical, Past Performance and Price. If all proposals are not received, it may result in rejection or elimination of your proposal, and will not be considered for award. The Government reserves the right to award any resultant contract from this solicitation with or without discussions in accordance with FAR 52.215-1. Therefore, each proposal should reflect the offerors best terms, both from a cost and technical standpoint. 1. Volume One - Technical Proposal: This volume should not exceed 30 pages total. Pages exceeding the page limitations set forth in the section will not be read or evaluated, and will be removed from the offer. 2. Volume Two - Past Performance: This volume should not exceed 5 pages. Offeror shall provide documentation for similar services that have been active within three years (since November 2008) of proposal. Provide at least three, and not more than five, most recent and relevant references that are likely to respond to our request for information regarding your past performance. Include a point of contact who can speak in behalf of the company, the company name, address, telephone number(s), email address, contract number and dates, performance period, place of performance and description of the contract scope. 3. Volume Three - Pricing and Administrative issues shall contain the following: a. Price/Delivery Schedule shall be submitted fully completed and error free. It shall contain prices for the established Contract Line Item Numbers (CLINs) set forth in that section to include prices, contractor shall complete the price schedule above. In accordance with FAR 52.212-2(b), the Government will evaluate offers for award purposes by adding the total price for the basic requirement. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. b. FAR 52.212-3 Offerors Representations and Certifications (Reps & Certs) - shall be submitted with all blocks that apply in each certification and representation completed. FAR52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Introduction: The Government seeks to select a "best value" offeror who gives Veterans Affairs the greatest confidence that it will best meet its requirements at an affordable price. This solicitation will be a technical/past performance - price tradeoff evaluation based on the three evaluation factors of technical, past performance and price. The Source Selection Authority (SSA), using sound business judgment, bases the source selection decision on an integrated assessment of the three evaluation factors. The SSA may select a higher-rated, higher-priced offeror, when the SSA reasonably determines the better technical approach and past performance of the higher-priced offeror justifies the higher cost. (b) Procedures (1) All offerors will be required to prepare and submit their complete proposal submission in accordance with the proposal preparation instructions in Provision 52.212-1 of this request for proposal. Proposals and other information will be evaluated against the evaluation criteria stated in this provision. (2) Discussions: The Government intends to evaluate proposals and award a contract without discussions with offerors. If the Contracting Officer determines that discussions are required, a competitive range, limited to the highest rated proposals for efficiency purposes, will be determined IAW FAR 15.306(c) and discussions will be held with the offerors in the competitive range. Upon completion of discussions, all offerors still in the competitive range will be provided an opportunity to submit a final proposal revision. A common cut-off date for submission of final proposal revisions will be established. (c) Evaluation Factors (1) Factors: The Government will select a best value offeror that conforms to the solicitation, which is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. Factors are listed in order of importance. Technical and Past Performance when combined are considered significantly more important than Price for tradeoff purposes. (e) EVALUATION APPROACH i) Assessment: The offeror's proposal shall, as a minimum, address each of the technical proposal criteria as they apply to the SOW. During evaluations of each proposal, the Government will assess each area of the Technical Proposal to ensure the offeror meets or exceeds the standards of the contract. The Government will evaluate the technical proposal based on the evaluation criteria described in Section A through F below, which are tailored to specific principal tasks in the SOW. The Government will infer from the offeror's responses to these specified evaluation criteria the offeror's capability to perform to the requirements of the entire SOW. In order to be considered for award, the offeror must demonstrate the ability to provide adequate and qualified staff and expertise to satisfy the statement of work requirements by describing or providing the information requested below: A) The contractor shall provide evidence of being recognized as a Macolm Baldrige award winner B) The contractor shall have industry recognition of excellence customer service Industry recognition will be demonstrated by the organization having received at least two of the following customer service recognitions: J.D. Power, Customer Satisfaction; AAA Five Diamond Properties; Luxury Institute's Platinum Seal of Customer Approval, Mobil Five Star Status). C) The contractor shall have industry recognition of excellence in workforce training and development. Industry recognition for training will be demonstrated by recognition in the top 5% of the "Training Top 125" survey by Training Magazine within the 10 years. D) The contractor shall have a specific, developed process for providing advisory services to a health care organization to include an initial 2 ½ day, on-site discovery session E) The contractor shall have a developed curriculum for training on creating a culture of excellence (focus areas to include employee and customer engagement and loyalty customer services program) F) The contractor shall demonstrate their ability to provide services Statement of Work (SOW) paragraph 2.3 Past Performance - Factor 2 (i) Factor Assessment: The purpose of Past Performance evaluation is to assess the degree of confidence the Government will have in an Offeror's ability to provide services that meet customer needs. The Past Performance evaluation will assess how relevant the Offeror's contracts on previous efforts of similar size and scope to this acquisition have been rated by their customers. The evaluation will focus on and target performance that is relevant to the principal tasks of the SOW, (i.e. providing Baldrige Training stated in the SOW). More recent and relevant performance will have a greater impact on the performance confidence assessment than less recent and/or less relevant effort. A performance confidence rating will be assigned based on the offeror's ability to perform the requirements of this solicitation (ii) Description of factor: (A) The Government will conduct a past performance review of each competitive offeror. Evaluations will be based on present and past performance information provided by the Offeror and gathered from various sources. In addition to the information provided by the Offeror's customers, the Government reserves the right to use data obtained from other Government and commercial sources. (B) Recent: A contract is considered recent when performance of the effort is ongoing or has been completed within the past 3 years. Current performance will have a greater impact in the confidence assessment than less recent performance. (C) Relevancy: The government will perform an independent determination of data relevancy, provided or obtained. The main assessment of relevancy focuses on capability and magnitude. Capability assesses whether the work being performed in the reference is similar to the work in our requirement. Magnitude defines whether the amount of work in the reference is similar to the amount of work in our requirement. An effort is considered relevant when there is a logical connection with document destruction services. The scope of past performance information in value and size shall also be considered in determining relevancy. More relevant performance will have a greater impact on the confidence assessment than less relevant effort. (D) Performance: The government will perform an independent determination for each contract reference, provided or obtained. (iii) A lack of relevant past performance information shall be rated as an unknown performance risk, having no positive or negative significance. A strong record of relevant or semi-relevant past performance may be considered more advantageous to the Government than a "Neutral/Unknown confidence" rating. Likewise, a more relevant past performance record may receive a higher confidence rating and be considered more favorably than a less relevant record of favorable performance. (4) Price - Factor 3 (i) Factor Assessment: This criteria evaluates the overall price to determine if the proposed price is fair and reasonable. The Government may determine an offer unacceptable if the proposed prices are materially unbalanced which is defined as significantly understated or overstated in relation to the actual cost of that work or when the price is determined not to be fair and reasonable. The individual unit prices listed in Price Schedule will be evaluated using the price analysis techniques prescribed by FAR 15.404-1(b). (ii) Ratings: Price proposals will be evaluated, but not rated. (iii) Description of factor: The Government will conduct a price review of each contract line item. Evaluations will be based on a comparison of the aggregate price of all offerors. The aggregate price is the sum of contract line items 0001 ATTACHMENTS: Attachment One - Final Statement of Work (SOW) (3 pages) Attachment Two - WAGE DETERMINATION REVISION NO.11 dated 06-13-2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26112Q0221/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-12-Q-0221 VA261-12-Q-0221 COMBINED SYNOPSIS.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282948&FileName=VA261-12-Q-0221-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282948&FileName=VA261-12-Q-0221-001.doc

 
File Name: VA261-12-Q-0221 ATTACHEMENT TWO -WD 2005-2061, REV 11 DATED 06-13-2011.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282949&FileName=VA261-12-Q-0221-002.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282949&FileName=VA261-12-Q-0221-002.PDF

 
File Name: VA261-12-Q-0221 ATTACHEMENT ONE - FINAL SOW DATED 12-13-2011.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282950&FileName=VA261-12-Q-0221-003.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282950&FileName=VA261-12-Q-0221-003.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02642300-W 20111222/111220234130-130aaccc6b8fab5d2950ebe74de9b788 (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.