Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOLICITATION NOTICE

R -- Professional Career Transition Consulting Services

Notice Date
5/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-307
 
Archive Date
6/6/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Professional Career Transition Consulting Services Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-17-307 INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-307 and the solicitation is issued as a request for proposal (RFP). ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated January 19, 2017. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The procurement is classified under NAICS code 541990 with a Size Standard of $15 Million. SET-ASIDE STATUS This acquisition is 100% set aside for women-owned small businesses. DESCRIPTION OF REQUIREMENT Background In the foreseeable future, some NIH employees may be displaced due to agency restructuring. Federal executive agencies are required to establish career transition assistance programs to help surplus and displaced employees find other jobs when agencies undergo downsizing or restructuring. To assist employees that may be displaced, the NIH requires consulting support to guide personnel through the job change process, job search planning, as well as interviewing and networking. Support for resume development and use of social networks to make connections with potential employment opportunities is also needed. The overall goal is to acquire support to motivate employees in taking proactive control of their careers during the change process. Purpose The purpose of this acquisition is to acquire professional career transition consulting services to support well-performing federal employees displaced by agency restructuring. Requirements The contractor shall provide the following services: 1)The contractor shall provide career transition support and guidance to federal personnel displaced by agency restructuring. 2)The contractor shall support personnel with varying backgrounds, including post-doctorate level personnel, laboratory managers, staff scientists, biologists, nurses and administrative support staff. The contractor shall be knowledgeable about both federal and private sector career opportunities in these fields. 3)The contractor and the displaced employee shall develop an individual development plan and employment search plan together with action dates for the employee. The contractor shall provide guidance and assistance in the employee's efforts to attain plan milestone completion 4)The contractor shall assist each assigned employee in preparing and updating a resume appropriate for current career goals, as established following initial change management and career exploration discussions. 5)The contractor shall provide employees with assistance in searching online job search sites, preparing for interviews, working with employment counselors and taking advantage of all NIH employment search resources. 6)The contractor shall meet one-on-one with each individual as directed to provide career transition support services. The initial meeting shall cover initial assessment of employee skill sets, experiences, and goals, as well as creation of an individual development plan. Follow-up meetings shall be held to continue to provide ongoing support for career transition, including acquiring status updates and encouraging accountability for employees as they progress through their individual development plans. 7)The contractor shall engage the employee in discussions and coaching on a regular basis. The contractor will meet with each assigned individual for a total of approximately 25 hours per year. Some individuals may complete milestones within fewer than 25 hours of support, but no assigned individual shall receive more than 25 hours of contract support annually. 8)Discussions and coaching shall include the following topics: change management in times of job loss and career displacement; career exploration; job search planning; resume development; interview and networking coaching; identifying and managing references; researching and approaching companies; and using social networks and the internet to make professional connections. 9)Discussions and coaching shall be structured as follows per individual, annually: a maximum of 5 hours for development of the individual development and employment search plan, a maximum of 5 hours of resume preparation assistance and resume distribution to hiring managers, a maximum of 3 hours of interviewing practice and best techniques guidance, a maximum of 2 hours of assistance and guidance in using social networks to professionally network and search for employment opportunities, and a maximum of 10 hours of general support related to career transition and change management. 10)The Contractor shall meet monthly with the Government NINDS Scientific Director and Chief Administrative Officer for one hour to discuss the monthly status report, as well as general efforts performed and planned. Level of Effort The estimated level of effort for this requirement is one (1) contractor employee on a part-time basis. The required level of effort varies depending on the quantity of employees requiring. Accordingly, a minimum of 175 hours and a maximum of 550 hours of support is required annually. It is anticipated that a minimum of six individuals will required support each year and a maximum of twenty individuals. Approximately 25 hours of support are estimated per individual. Based on this level of effort, the contractor shall quote an hourly rate and extended price for the minimum required level of effort of 175 hours. Support required above the annual minimum hours shall be exercised in increments of 25 hours, if needed, up to 550 hours total, using FAR Clause 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The Government reserves the right to exercise additional hours in multiple increments of 25. Reporting Requirements The contractor shall provide the following reports: 1.Monthly Status Report The Contractor shall submit a written status report each month on the fifth business day. This report will outline the progress of each assigned employee. At a minimum, the report must include: a.The name of the employee being coached b.Individual Development and Job Search Plan milestones for the employee c.Individual Development and Job Search Plan progress details. The progress data to be reported shall include the status of each milestone, as well as how many positions the employee has applied to, where the employee applied, and how many job offers have been made. d.Description of the level of initiative displayed by the employee to assist the contractor in meeting the plan milestones e.The number of hours the contractor has spent providing assistance in each of the areas identified in Specific Requirements Item No. 9. 2. Oral Status Update The contractor shall meet with the NINDS Scientific Director and Chief Administrative Officer on a monthly basis to provide an oral status update. These meetings will be scheduled to occur via teleconference or, at Government discretion, on-site. All meetings will be scheduled a minimum of one week in advance. Travel Travel is not required or authorized for this contract. No travel costs shall be reimbursed. Key Personnel The Contractor employee working under this award shall be considered key personnel. Key personnel requirements are as follows: •Master's Degree in Business Administration or related field •Minimum of 10 years of experience in the field of change management, with emphasis on the field of providing employee coaching, career counseling or transition services The proposed Key Personnel will become subject to the provisions of Health and Human Services Acquisition Regulation (HHSAR) Clause HHSAR 352.237-75 Key Personnel as follows: The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract. If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. Collaboration Requirements It is required that all contractors involved with the NIH community work collaboratively with It is required that all contractors involved with the NINDS community work collaboratively with federal staff and other contractors towards the NINDS mission and other affected organizations and follow the direction of the Contracting Officer's Representative (COR), and/or the designated Federal Project Manager(s)/Lead(s). This collaboration includes day-to-day activities, support, development, knowledge transfer and creating and sharing documentation when required. Information System Security The Contractor must obtain approved access to the NIH campus. The Contractor shall comply with all applicable homeland Security regulations and procedures during the performance of this task order. The contractor shall not disclose and must safeguard procurement sensitive information computer systems and data, privacy act data, and Government personnel work products that are obtained or generated in the performance of this task order. NIH ID must be worn at all times when performing work. Data Rights The NINDS shall have unlimited rights to and ownership of all deliverables provided under this procurement including reports, analyses, recommendations, briefings, work plans, created SOPs and all other deliverables. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and shall be made a part of any resulting contract/order. Confidentiality of Information The Government has determined that the information/data that the Contractor will be provided during the performance of the contract is of a sensitive nature. The contractor must guarantee strict confidentiality of the information/data that it is provided by the NIH. Disclosure/download of information/data, in whole or in part, by the Contractor may only be made after the Contractor receives written approval from the Contracting Officer. Data shall not be downloaded to or stored on portable devices or outside systems without Government encryption. Whenever the Contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. Non-Personal Services Statement Contract employee performing services will be controlled, directed and supervised at all times by management personnel of the contractor. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations (FAR). Contract Type A Firm Fixed Price Contract with option to extend the term of the contract and options for increased quantity is contemplated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Government Responsibilities The contractor shall be provided with the name, position title and current resume for each individual requiring career transitioning services. The Government shall also provide a laptop and NINDS network access to the contractor for on-site and off-site use related to this requirement. The contractor shall be given a Government Property Pass which will allow the contractor to take the computer off site and must be in their possession when transporting the computer to and from the worksite. In addition, the contractor will be given a VPN account to access the NINDS network from offsite location. Period of Performance The required period of performance shall be a one-year base period from June 1, 2017 through May 31, 2018 and four (4) one-year option periods. Place of Performance The primary place of performance shall be the NIH Porter Neuroscience Center located at 35 Convent Drive, Bethesda, MD 20892. Worksites may vary within this building. The contractor shall also work at the contractor's worksite for the development of administrative documents, reports, and any other administrative efforts that do not include meetings with assigned federal employees. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (January 2017), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition as follows: (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: technical approach, key personnel qualifications, past performance, and price. Technical and past performance, when combined are significantly more important than 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. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) is applicable to this acquisition. 6.FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2017) applies to this acquisition as detailed below: a.FAR 52.203-6, Restrictions on Subcontractor Sales to the Government b.FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards c.FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment d.FAR 52.219-8, Utilization of Small Business Concerns e.FAR 52.219-13, Notice of Set-Aside of Orders f.FAR 52.219-14, Limitations on Subcontracting g.FAR 52.219-28, Post Award Small Business Program Re-representation h.FAR 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns i.FAR 52.222-3, Convict Labor j.FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies k.FAR 52.222-21, Prohibition of Segregated Facilities l.FAR 52.222-26, Equal Opportunity m.FAR 52.222-35, Equal Opportunity for Veterans n.FAR 52.222-36, Equal Opportunity for Workers with Disabilities o.FAR 52.222-37, Employment Reports on Veterans p.FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act q.FAR 52.222-50, Combating Trafficking in Persons r.FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving s.FAR 52.225-13, Restrictions on Certain Foreign Purchases t.FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 7.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 8.There are no additional contract requirements or terms and conditions applicable to this acquisition. Question and Answer Period Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before 05/11/2017 at 10:00 AM. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. RESPONSE FORMAT Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The offeror must submit 1) a technical proposal and 2) a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to fifteen (15) single-sided pages. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." EVALUATION CRITERIA 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 factors detailed below shall be used to evaluate offers. Technical and past performance, when combined are significantly more important than price. Factor 1: Technical Approach (50 Points) The Contractor's proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements. The Contractor shall provide evidence of their capabilities in relation to providing professional career transitioning services. The contractor shall also provide a sample of the status report format it plans to use addressing the requirements contained in this Statement of Work. The format shall be evaluated for inclusion of required topics. Factor 2: Key Personnel Qualifications (25 Points) Key personnel proposed shall be evaluated for conformance to the key personnel qualifications identified in the statement of work as well as for additional education and certifications related to the statement of work requirements. Advanced education and board certifications, as well as other evidence of advanced expertise applicable to drug metabolism and pharmacokinetics shall be considered favorably. Factor 3: Past Performance (25 Points) The Contractor shall provide at least three (3) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in this Statement of Work. References shall include the following information: a.Name of Contracting Organization b.Total Contract Value c.Description of Requirement d. Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. EVALUATION METHOD Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent: 90 to 100 Good: 80 to 89 Acceptable: 70 to 79 Marginal: 60 to 69 Unacceptable: 0 to 59 Technical merit and price trade-off evaluation shall be performed after technical evaluation is completed. Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) shall be assigned to the awarded contract. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract. The Government may unilaterally change the COR designation for this contract. CLOSING INFORMATION All responses must be received by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-17-307 in the submission email subject line. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. Please contract Ms. Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov or 301-480-2453 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-17-307/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04499653-W 20170510/170508234554-7cf1f32bb88746ba8feb392abc071f3e (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.