MODIFICATION
R -- The Agency for Healthcare Policy Research and Quality Ombuds Services Program
- Notice Date
- 5/19/2006
- Notice Type
- Modification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
- ZIP Code
- 20857
- Solicitation Number
- RFP06R000099
- Response Due
- 6/9/2006
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- Amendment 1 to add evaluation criteria, clauses and proposal submission information: EVALUATION OF TECHNICAL PROPOSAL: UNDERSTANDING THE PROBLEM The Offeror will demonstrate their knowledge and understanding of the requirements necessary to serve as an on site Organizational Ombudsman for a small federal agency that specializes in health services research. TECHNICAL APPROACH (30 Points) BASELINE The offeror will provide a methodology and plan to establish a baseline from which to measure and evaluate program effectiveness including current patterns, trends, problem areas, system and organizational issues in the Agency?s operations, functions, policies and practices as well as the current ability to improve the organization?s function, quality of work life and cultural health Offeror will demonstrate how baseline will be used to measure progress or the lack of organizational improvement, functionality and health. This data analysis and synthesis will form the basis from which to demonstrate clear, measured, documented improvements. If improvements can not be achieved, this data will be able to provide clear documentation to perform a root cause analysis of the barriers to improvement. MEASUREMENT The offeror will demonstrate the methodology and plan to be used to identify and measure current patterns, trends, problem areas, system and organizational issues in the Agency?s operations, functions, policies and practices as well as opportunities for Improvement , organization?s functionality and quality of life. ANALYSIS The offeror will demonstrate the methodology and plan by which this data will be synthesized and while maintaining confidentiality, provide information on outputs ( for example individuals served, types of problems, number of problems resolved and unresolved, number of referrals made, level of case complexity, amount of time per case) and productivity. IMPROVEMENT The offeror will demonstrate the methodology and plan for reporting organizational outcomes and impact following implementation of the ombudsman service program (see below), particularly: 1) Patterns, problem areas and system and organizational issues in the Agency?s operations, functions, policies and practices; (2) Recommendations for revisions and improvements in such; and (3) Assessment of the climate and wellness of the organization. MANAGAMENT PLAN (30 Points) The offeror will demonstrate the methodology and plan for implementing the aspects of the statement of work noted below in order to establish and operate an on-site, full time Organizational Ombudsman at AHRQ. Organizational Structure for Ombuds Services Program. Establish and provide an on-site, full-time organizational Ombudsperson and office that shall be independent of, and separate from, the human resource and any other existing administrative structures. Establish and maintain an Ombuds Advisory Board whose employee members reflect the diversity of the Agency and which meets monthly with the Ombudsperson. The Advisory Board shall act as a vehicle for information sharing, communication, and solution building for organizational and system issues. Establish Overall Framework and Culture for Ombudsperson Service Program. Establish and provide an Ombudsperson services program that is understandable to all, flexible and user-friendly. Establish and provide a process that ensures confidentiality of individual and group communications, organizational neutrality and independence. Establish and provide mechanisms that encourage employees and managers to voice concerns and constructive dissent early and demonstrate a plan to train employees, supervisors and leaders to address conflict constructively Promote and maintain a culture that welcomes good faith dissent, and encourages resolution of conflict at the lowest level through direct negotiation. Demonstrate the methodology and plan by which the Ombudsman will affect cultural change and improvement for the employee and management that positively impacts on the organization and its ability to meet and exceed its mission and vision. Establish and maintain a collaborative problem-solving approach, which promotes direct negotiation between those involved in a dispute. Establish and maintain multiple access points to enable employees to receive advice concerning conflict management issues and assistance in addressing their concerns Develop and Provide Processes and Procedures to Implement the Ombudsperson Service Program. Provide options (rights-based and interest-based) for most types of problems and for all AHRQ employees, including staff, supervisors, professionals, and managers to address conflicts, disputes, issues and concerns. These may occur between two individuals, groups, or organizations, particularly: Formal mediation. (Mediation is the only formal interest-based option. In mediation, an impartial third party, with neither decision-making authority nor the power to impose a resolution, works with the disputants to help them reach a mutually acceptable resolution to all or some of the issues in dispute.) Generic approaches (i.e. to dispel a problem linked to some individual without explicitly drawing attention either to that individual or to themselves). The Ombudsperson shall suggest a generic approach aimed at changing a process in the workplace or at alerting possible offenders to the need to stop their inappropriate behavior. Establish and provide mechanisms for continuous and constructive communication to all AHRQ employees, with a focus on information sharing, education, and stakeholder feedback and systems improvement. Establish and provide training programs for the Agency in dispute/conflict resolution, mediation, negotiation, facilitation, civility, and related topics. Establish and provide on-going education and communication about the office?s role to all AHRQ employees and members of the Commission Corps including line staff, supervisors, professionals, and managers. KEY PERSONNEL (20 Points) The Offeror demonstrates the ability to provide: An Organizational Ombudsman on site who is a professionally trained expert with a graduate degree in the study of human behavior and organization systems improvement or equivalent This professional must have least 7 years post graduate work experience as an Organizational Ombudsman. This professional shall work on site at the Agency for Healthcare Research and Quality eight hours a day, five work days (Monday through Friday) for a total of forty hours per week. Workday begins at 8:30am. Lunch and vacation/training hours are not counted as work time. The Obudsman will not work or be reimbursed for Government Holidays. During prolonged absences (more than two consecutive days), on site alternate coverage shall be provided at the same professional level. FACILITIES The contractor will be working on site at Gaither Road, Rockville, MD, 20850. While on site space and computer systems will be provided by the agency, the Offeror will demonstrate methodology and plans to maintain confidentiality of services to AHRQ employees that relate to space and information management. Particularly Offeror will address optional off site options when confidentiality issues above and beyond the usual requires such actions. PAST PERFORMANCE (20 Points) The Offeror shall demonstrate their competence and ability to provide Organizational Ombudsman Services through their past work with organizations similar to the Agency for Healthcare Research and Quality a small federal agency that specializes in health services research. The Offeror shall provide names of the Organization, the organization?s mission, length of service, nature of work performed and evaluation of quality of service, the name and phone number of the individual providing the references shall be included. BUSINESS PROPOSAL The Offeror shall provide a fixed price cost for the base year and the two option years. The contractor shall document how those costs were arrived at, which should include and hourly rate for the individual and previous payroll records. The business proposal shall be a separate document from the technical proposal. ORAL PRESENTATION Those determined to be within the competitive range will be requested to have their proposed Ombudsman make an oral presentation based on the above technical evaluation criteria. Award will made to the offeror who complies with the terms and conditions of this request and whose proposal contains the combination of Technical Evaluation Criteria offering the best overall value considering differences in technical merit with differences in cost, and presents an oral presentation that clearly demonstrates the ombudspersons technical expertise. In making this comparison the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher price to achieve only slightly superior technical merit. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000), and the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002), applies to this acquisition. Offerors shall submit a fully executed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items (JUN 2003) with their offer. The clause at FAR 52.212-5, Contract Terms and Conditions Require to Implement Statutes or Executive Orders--Commercial Items (OCT 2003), applies to this acquisition as well as the following clauses cited therein: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126);52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii));52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Prospective contractors must be registered in Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. This is a request for competitive quotes. Direct all questions or inquires, referencing RFP06R000099, by e-mail to snamoski@psc.gov by 3:00pm local prevailing time, May 23, 2006. Only those Offerors who can furnish the services that meet all the requirements specified herein will be considered. Offerors wishing to respond to this solicitation shall provide this office their proposal electronically to pscacquisitions@psc.gov and shall reference RFP06000099 and put to the attention of Shelley Namoski, Contracting Officer. Due date for receipt of proposal is Friday, June 9, noon, local prevailing time.
- Place of Performance
- Address: Rockville, Maryland
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN01053685-W 20060521/060519220420 (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 |