MODIFICATION
S -- Custodial Inspection
- Notice Date
- 2/2/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
- ZIP Code
- 20892-5738
- Solicitation Number
- NIHOF2009132
- Point of Contact
- Romaine Cole, Phone: 301-435-4320
- E-Mail Address
-
coler@mail.nih.gov
(coler@mail.nih.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- February 02, 2010 Amendment Number 0002 to Solicitation Number NIHOF2009132; Custodial Inspection; the National Institutes of Health's Bethesda and Poolesville, Maryland campus locations. Please note the additional changes and clarifications made to the solicitation and in regards to the Office of Research Facilities (ORF) Contracting Office's correspondence to vendors that sent in proposals to the solicitation. FAR http://www.arnet.gov/far rules under FAR 19.1403 pertaining to Service Disabled Veteran Owned Small Business and Joint Ventures apply to the solicitation. A Serviced Disabled Veteran must manage the daily operations; A Non-Service Disabled Veteran cannot be the lead manager of the daily operations. The Serviced Disabled Veteran must not be an employee of another firm, which renders the Service Disabled Veteran unavailable to support daily operations. FAR Clause 52.219-14 Limitation on Subcontracting rules apply to the solicitation. Joint Venture Companies are required to be valid in reference to the FAR ( prior to or before) submitting proposals in response to solicitations. All Joint Venture companies coming together as one company, are required to be registered in the Contractor Center Register (CCR) www.ccr.gov and Representations and Certifications hhtps://orca.bpn.gov. Joint Ventures are required to meet the Small Business size standards, see business size standards (NAICS Codes) at website: http://www,census.gov/epcd/www/naics.htm. Vendor Technical Approach shall be in response to the Statement of Work and all requirements listed within the solicitation sections B.2.1 thru B.3.1. A review of the vendors' Past Performance will be conducted to verify performance was sufficient and adequate for the scope of work presented within the solicitation. In addition to previous information requested in solicitation NIHOF2009132, Management Approach is to include a Management Plan addressing all of the Sub-factors listed below. Management Plan is to include: Management evaluation factors are listed below. All Sub-Factors within a Factor are to be evaluated equally. Factor 1 - RELEVANT PROJECT MANAGEMENT EXPERIENCE. This Factor considers the extent of the offerors' capability and qualification to deliver custodial inspection services that consist of performing monthly computerized profiles of the cleanliness in the public and tenant spaces in the selected NIH buildings, execute cleaning performance measurement system requirements, and provide Data Analysis and Reports. Sub-Factor 1: Staffing Plan. This Factor considers the adequacy and appropriateness of the offerors' staffing plan for the custodial inspection project. Consideration includes but is not limited to the following factors: i The plan is based on a realistic assessment of the offerors past, present and future workload and capacity to perform under the contract; ii The plan reflects key management functions and managerial authority for prime and subcontractors; iii The plan demonstrates the offerors' capability to sufficiently carry out all functions that are required to provide custodial inspection services; iv The plan is comprehensive in identifying and assigning all of the duties and responsibilities for implementing the project; v The organization structure reflects clear lines of authority and roles of key staff members; vi The offeror's capability to compensate, during the term of the contract, for the distance away from the location of the project, if the offerors' primary place of business is outside of the Washington, DC metropolitan area. Sub-Factor 2: Key Personnel/Consultants. This sub-factor considers the education, experience, knowledge, skills and expertise of the key personnel in relation to the duties of the project, who will be Assigned directly to the project. Considerations include but are not limited to: i Whether each of the participating key personnel has had assignments with requirements similar to this project; ii Whether the proposed key personnel have the appropriate qualifications for the positions they are to fill; iii Whether the key personal have previously worked together on major projects; iv The extent of the involvement of the offerors' top management; v The availability of each participating key person for the project; vi Whether or not the offeror needs to enhance its capability by the use of appropriate consultants, and if so, has the offeror proposed inclusion of consultants; vii Whether or not the consultants have experience similar in nature to the work that is required under the contract. Sub-Factor 3: Project Management. This sub-factor considers the offerorors' approach to managing the project, and to accomplishing the goals and objectives set forth by the Government. Consideration includes but is not limited to the following factors: i Whether the project management approach is comprehensive and reflects the offerors' clear understanding of the scope and complexity of the contract; ii Whether the approach demonstrates a sound basis for achieving successful delivery of all services required to implement the contract; iii Whether the offeror discusses their subcontractor selection process; iv Whether the offeror discusses their management of subcontractors and how the offeror ensures satisfactory subcontractor performance and timeliness. v. Whether the approach clearly establishes the offerors; duties and res ponsibilities; vi Whether the approach includes a plan to accomplish the Governments' goal; vii Whether the approach demonstrates a clear strategy for accomplishing the goals and objectives set forth by the Government for the custodial inspection services project. Sub-Factor 4: Quality Assurance Plan (QAP). This sub-factor considers the offerors' approach to assuring the quality to control the work of the custodial inspection service etc., performed in connection with the total Statement of Work. i Whether the Quality Control (QC) approach is comprehensive and reflects the offerors' clear understanding of the Government's goal for a high degree of quality and total adherence to all custodial inspection services regulations, federal, state, and local. ii Whether the approach demonstrates a sound basis for achieving successful delivery of all services required to implement the offerors' quality control plan. iii Whether the approach clearly establishes the offerors; duties and responsibilities, and, control goals and objectives set forth by the Government for the project. NOTE: Vendor's Joint Venture Agreements, joint venture business formation documents are to be forwarded to the Contracting Officer to be included in solicitation files. Please disregard previous correspondence from the Contracting Officer, concerning percentages of job performances within Joint Venture companies. The criteria will not be evaluated as part of the solicitation. Previous offers are allowed to revise and resubmit Technical Proposals and Price Proposals if adjustments are necessary. NOTE: Offers who did not submit previous Proposals are allowed to submit proposals at this time. The amendment to the solicitation removes Adreina Fludd-Bennett (Page 9, Section B.6.1) as the Contracting Officer and replaces her with Romaine Cole as the Contracting Officer for this requirement. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. *All questions concerning this solicitation must be directed in writing via email to coler@mail.nih.gov. No questions or inquires will be accepted by telephone. All questions must be submitted by February 9, 2010. *Proposals or Revisions are due and are to be received on or before February 17, 2010, by 12:00 noon Eastern Standard Time (EST). Proposals or Revisions may be e-mailed to the Contracting Officer, delivered or sent by mail to: Romaine Cole, Contracting Officer, Office of Research Facilities - 9000 Rockville Pike, Building 13, Room 2E48B, Bethesda, MD 20892; E-mail; coler@mail.nih.gov Phone: (301)435-4320. Sincerely, Romaine Cole, Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2009132/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02055862-W 20100204/100202235609-6f6c5863e801d243fe1fa80897ea6f4f (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 |