Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

R -- Program Management Support Services for DHS Government Performance Measure Completeness and Reliability Assessments - Attachment A - SF 18

Notice Date
2/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00109
 
Archive Date
3/24/2010
 
Point of Contact
Michael E. Jones, Phone: 202-447-5587, GARY HICKEY, Phone: 202-447-5330
 
E-Mail Address
michael.e.jones@dhs.gov, GARY.HICKEY@DHS.GOV
(michael.e.jones@dhs.gov, GARY.HICKEY@DHS.GOV)
 
Small Business Set-Aside
N/A
 
Description
RFQ HSHQDC-10-Q-00109 SF 18 Attachment A The Office of Program Analysis and Evaluation (PA&E) is responsible for leading the collection, analysis, and reporting of performance measurement information for Department of Homeland Security (DHS) mission-oriented programs. This information must meet the yearly requirements of the Government Performance and Results Act (GPRA) and OMB Circular's A-11 and A-136. GPRA requires that Agencies' publicly reported performance measure information must be reviewed to ensure accurate data collection and reporting. OMB Circulars further stipulate that the Secretary of DHS must assert that all the performance measure information is complete and reliable when issuing Performance and Accountability related reports. During FY 2009, DHS completed a pilot project to develop and implement a methodology to assess the completeness and reliability of a small subset of its GPRA performance measures as part of a two-pronged approach to establish an internal controls process over performance information. For the purposes of this scope of work, the assessment process will be updated to include the findings of the pilot and then implemented on a larger sample of Departmental measures to include a review of remedial action implementation. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) The solicitation number for this requirement is HSHQDC-10-Q-00109 and is being issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This procurement is not set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 541611 - Administrative Management and General Management Consulting Services which has a size standard of $7 million. The Department of Homeland Security, Office of Procurement Operations intends to award a fixed price purchase order. (v) The contract line item numbers (CLIN) for this requirement are as follows: CLIN 0001 Performance Measure Completeness and Reliability Handbook Base Year April 1, 2010 - March 31, 2011 CLIN 0002 Performance Measure Completeness and Reliability Assessment Report Base Year April 1, 2010 - March 31, 2011 CLIN 0003 Performance Measure Remedial Action Review Report Base Year April 1, 2010 - March 31, 2011 CLIN 0004 Summary presentations of: 1) 10 Assessments; 2) 10 Remedial Action Reviews Base Year April 1, 2010 - March 31, 2011 CLIN 0005 Travel: Base Year April 1, 2010 - March 31, 2011. This is a not to exceed amount. CLIN 0006 Performance Measure Completeness and Reliability Handbook Option Year 1, April 1, 2011 - March 31, 2012 CLIN 0007 Performance Measure Completeness and Reliability Assessment Report Option Year 1, April 1, 2011 - March 31, 2012 CLIN 0008 Performance Measure Remedial Action Review Report Option Year 1, April 1, 2011 - March 31, 2012 CLIN 0009 Summary presentations of: 1) 10 Assessments; 2) 10 Remedial Action Reviews Option Year 1, April 1, 2011 - March 31, 2012 CLIN 0010 Travel: Option Period 1, April 1, 2011- March 31, 2012. This is a not to exceed amount. CLIN 0011 Performance Measure Completeness and Reliability Handbook Option Year 2, April 1, 2012 - March 31, 2013 CLIN 0012 Performance Measure Completeness and Reliability Assessment Report Option Year 2, April 1, 2012 - March 31, 2013 CLIN 0013 Performance Measure Remedial Action Review Report Option Year 2, April 1, 2012 - March 31, 2013 CLIN 0014 Summary presentations of: 1) 10 Assessments; 2) 10 Remedial Action Reviews Option Year 2, April 1, 2012 - March 31, 2013 CLIN 0015 Travel: Option Period 2, April 1, 2012- March 31, 2013. This is a not to exceed amount. CLINs 0001 through 0015 are firm-fixed price. For this requirement, the Government estimates an annual total of 2,224 labor hours for three (3) individuals (see section vi) will be required to successfully complete all required deliverables. The majority of work under this contract is expected to be in the greater Washington D.C. Metropolitan area. It is anticipated that travel outside the 50 mile radius of the Government worksite may be required on rare occasions as Contractor personnel may be required to perform site visits at distant Government facilities to facilitate the assessment process. All travel requests must be approved by the COTR prior to booking or taking any travel. Travel will be reimbursed in accordance with the Federal Travel Regulation (FTR). Note that local travel will not be reimbursed within a 50-mile radius of the worksite. The worksite shall be considered the Washington D.C. Metropolitan area. All travel shall be included with the total offered firm fixed price. (vi) Description of requirements for the items to be acquired. The Department of Homeland Security (DHS), Under Secretary for Management, Office of Chief Financial Officer requires program management consulting services. The objective of this initiative is to reinforce processes that enhance DHS' ability to report complete and reliable data for GPRA purposes, including the Secretary's assertion over the completeness and reliability of performance information, as well as ensure the validity of other Departmental measures used for internal use. The tasking for this initiative is as follows: (1) update the performance measure completeness and reliability assessment methodology; (2) conduct independent assessment of the completeness and reliability of a sample of (10) DHS performance measures and summarize this information in individual measure reports; (3) conduct remedial action reviews of previously assessed measures to determine whether findings and recommendations have been addressed and completeness and reliability has improved; and (4) provide summary presentations of individual assessments and remedial actions to include lessons learned for the continual improvement of the quality of the assessment process and the Department's internal controls over performance measure information. See Attachment A -Statement of Work/Clauses. (vii) Date(s) and place(s) of delivery and acceptance. See Attachment A -Statement of Work/Clauses. (viii) FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2008) is incorporated into this solicitation. Offerors may obtain the full text version of this provision electronically at http://www.arnet.gov/far. The solicitation will be evaluated using the following factors. Offerors must submit the following information as part of their technical proposals: Volume 1: Technical Proposal Factor 1, Technical Approach: The Quoter shall define their technical approach that satisfies the requirements defined in the Statement of Work and must fully demonstrate effectiveness in meeting all requirements identified in Attachment A. The Quoter's technical approach shall include the following: 1) discussion of the background, objectives, and work requirements of the SOW; 2) discussion of proposed methods and techniques for completing the work requirements; 3) discussion which supports how the requirements will be evaluated for full performance and acceptability of work from the Quoter's perspective; 4) discussion of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution; and 5) discussion of major logistical considerations of completing all assessments for the fiscal year by August 30th, 2010. The technical approach shall be consistent with GAO's An Evaluator's Guide to Assessing Agency Annual Performance (GAO/GGD-10.1.20) and Selected Approaches for Verification and Validation of Agency Performance Information (GAO/GGD-99-139), along with guidance issued by OMB in Circular A-11, A-136 as described in Attachment A. Factor 2, Experience: The Offeror shall provide information based on demonstrated and relevant experience to the requirements specified in the Statement of Work. The information shall describe directly related experience in previous assessments that use various methods to collect, process, maintain, and report data, and the validity of reported results of a representative sample of the types of performance measures described in the Statement of Work. This information shall also describe directly related experience in the preparation and production of the reports identified in Section 3.2 (Requirements) of the Statement of Work. Factor 3, Management Approach and Capabilities: The Quoter's management approach shall include a Project Management Plan that is simple, easy to read and demonstrates the feasibility for completing the requirements of the Statement of Work. The Plan shall clearly describe project personnel and responsibilities, any proposed subcontracting arrangements and communication and coordination plans. The Plan shall also describe procedures to be used for monitoring timelines for tasks needed to produce the required deliverable(s) and proposed methods to resolve unexpected problems. The Plan shall also provide information on their in-house quality control process. This information shall describe and demonstrate the effectiveness of the quality control and performance measurement approach to be implemented including how proposed performance standards shall be monitored, evaluated and reported. The Quoter's management approach shall demonstrate that your firm possesses the necessary personnel resources to successfully complete this project by including a description of the firm's current personnel resources. This portion of your quote shall include: A staffing plan with a description of the Quoter's current personnel resources for this project, which addresses the Quoter's capabilities and experience relating to the SOW. The Quoter's staffing plan shall also indicate its current/future level of participation in the DHS E-Verify Program and indicate its current status in the Program (Current or recently initiated enrollment; Current or planned participation). T his factor shall include the following key personnel assigned to work under this purchase order and include a resume. These labor category descriptions provide only guidelines for possible combinations of staff. The labor categories identified in this section represent the type and qualifications of individuals that DHS envisions working under this Task Order. If the Contractor has a labor category with a different title but the qualifications and duty descriptions are the same or similar please provide that information to include the labor category title and the description. Principal: Must possess, at a minimum, at least ten years of relevant work experience in planning, performance management and reporting, and demonstrate the relevant experience necessary to perform all required tasks and deliverables for this requirement. Must have extensive knowledge in performance measurement and management. Must demonstrate use of relevant analytical and methodological tools to ensure the completeness and reliability of measures, application of relevant guidance, written and oral communication skills, along with a track record of managing projects that are comparable to this requirement. Duties include but are not limited to conducting performance measure development, measure data collection and analysis, and techniques to ensure the completeness and reliability of measures. Education: Master's or other Professional degree in a related academic field. Senior Consultant: Must possess, at a minimum, at least six years of relevant work experience in performance measurement, and reporting, and demonstrate the relevant experience necessary to perform all required tasks and deliverables for this requirement. Must demonstrate use of relevant analytical and methodological tools to ensure the completeness and reliability of measures, written and oral communication skills, sampling and interviewing techniques, along with a track record of managing projects that are comparable to this requirement. Duties include but are not limited to performance measure development, measure data collection and analysis, sampling and interviewing techniques, as well as providing guidance and direction, and leading teams. Education: Bachelor's or other Professional degree in a related academic field. Consultant: Must possess, at a minimum, at least four years of relevant work experience in performance measurement and demonstrate the relevant experience necessary to perform all required tasks and deliverables for this requirement. Must demonstrate use of relevant analytical and methodological tools to ensure the completeness and reliability of measures, performance measure development, and reporting. Duties include but are not limited to measure data collection and analysis, observation, sampling, interviewing techniques, and written and oral communication skills. Education: Bachelor's Degree in a related field. The job title or labor category for each proposed key personnel shall be provided. The proposed key personnel shall have the education, expertise and knowledge necessary to produce the level of work required in the Statement of Work. In addition, the proposed key personnel shall possess the skill set and technical abilities necessary to meet the requirements described in the Statement of Work.. These qualifications shall be demonstrated through submission of resumes. Factor 4, Past Performance: The Government will evaluate the information submitted for active or complete "relevant/recent" contracts/task/purchase orders and subcontracts (including Federal, State, local government and commercial) directly related to the tasks to which the Offeror is proposing. Recent is defined as within the last three (3) years from the release date of the RFQ. Relevant is defined as work similar in complexity and magnitude to the scope of work identified in the SOW. This evaluation will focus on the size, scope and complexity of the efforts, and the degree of relevance to the proposed tasks. If applicable, the evaluation will also address the extent to which the quote includes subcontracting arrangements duly executed by the parties of the Offeror's team. The Government is particularly interested in the involvement/experiences of those key personnel that will be used by your firm in fulfilling the requirements of the Statement of Work. The Offeror shall identify three (3) contracts/orders that demonstrate recent and relevant past performance and must include the following information: • Project Title • Project or Contract/Order Number • Project Period of Performance (i.e., start and end dates) • Name of federal, state, or local agency or name of private entity for which the project was performed • Name of Customer Organization and Point of Contact (name, title, address, telephone number, and email address) • Description of Project, including estimated dollar value and duration of project • Brief narrative of why your firm believes this reference is relevant to the proposed requirement • Key Personnel involved if the individuals are proposed to support this requirement The past performance evaluation will examine the extent to which the Offeror's past performance demonstrates their capability and capacity to deliver high quality service and solutions for the tasks within the SOW. In conducting the past performance assessment, the Government may use data obtained from other sources as well as that which is provided in the proposal. Quoters' shall forward the Past Performance Questionnaire, Attachment B, to the Quoters' references. The references shall then forward their completed questionnaires to the Contracting Officer. Questionnaires shall not be delivered back to the Quoter. The questionnaires shall be delivered via email directly from the Quoter's references to michael.e.jones @ dhs.gov. Lack of relevant past performance shall result in assignment of a neutral past performance rating indicating neither a favorable nor unfavorable evaluation ranking. Volume 2: Business Proposal Offerors shall submit the following: -Firm-fixed price for CLINs 0001 - 0015. An offered price for each CLIN must be submitted. -Verification of CCR registration (go to http://www.ccr.gov for more information) -Verification of ORCA registration (go to https://orca.bpn.gov/ for more information) -Acknowledge enrollment in E-Verify in performing the purchase order. See http://www.dhs.gov/e-verify. The Quoter's technical submission must demonstrate the firm's capability to perform the requirements outlined in the solicitation. The Quoter shall provide a technical quote that includes the following four (4) general areas: A. Technical Approach and Understanding B. Key Personnel Qualifications C. Management Approach and Capabilities D. Past Performance Technical Proposals shall not exceed 20 pages. Offerors' shall not include any price information in the Volume 1 submission. There are no page limits to Volume 2, Price Quote. The Price Quote must contain the completed SF 18 pages along with the Representations and Certifications identified in Attachment A of this RFQ. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) The Government will award a purchase order to the responsible offeror whose offer conforming to the solicitation requirements will be most advantageous to the Government, price and other factors considered. The following factors as outlined in Volume 1 (Technical Proposal) shall be used to evaluate offers: Technical Approach Experience Management Approach and Capabilities Past Performance (a) The technical factors are listed in descending order of importance. Technical Approach is more important than Experience which is more important than Management Approach and Capabilities which is more important than Past Performance. When combined, the technical factors are significantly more important than price; however as proposals become more technically equal, price could become a determining factor. (b) Price Evaluation. For price evaluation purposes the unit price for each line item (CLIN) will be multiplied by the quantity of items and will be added to arrive at a total evaluated contract price. Travel CLINs will not be funded at this time. (c) 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 written notice of withdrawal is received before award. (End of Provision) (x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009) is to be submitted with your offers. If the offeror has completed the annual representations and certifications electronically at the http://orca/bpn.gov website, the offeror shall complete and submit only paragraph (j) of 52.212-3. The offeror must have a current profile in the Online Representations and Certifications (http://orca/bpn.gov) prior to award. Per 52.204-7, Central Contractor Registration, the offeror must be registered in Central Contractor Registration (www.ccr.gov) before award. (xi) Including the Clauses incorporated by full text in Attachment A, the following FAR and Homeland Security Acquisition Regulation (HSAR) clauses and provisions are incorporated by reference and applicable unless otherwise noted. These provisions and clauses may be accessed via the world wide web at: www.acquisition.gov/far and www.dhs.gov. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (March 2009);. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Feb 2010); The following clauses in 52.212-5 are applicable: 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons, 52.225-13, 52.222-54, Employee Eligibility Verification; Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (xiii) Additional contract requirements or terms and conditions for this solicitation. FAR 52.217-8 - Option to Extend Services (November 1999) 52.224-2 Privacy Act (April 1984) 52.227-14 - Rights in Data-General (Alt IV) (December 2007) (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation. There are no numbered notes for this solicitation. (xv) Questions regarding this RFQ must be submitted in writing no later than 3:00 PM Eastern Standard Time Thursday, March 4, 2010 to the Contracting Officer, Mr. Michael Jones, at Michael.E.Jones@dhs.gov. Each Quoter is requested to submit an electronic copy of your firm's quote. The quote shall be submitted no later than 3:00 PM Eastern Standard Time Tuesday, March 9, 2010 to Mr. Michael Jones, at Michael.E.Jones@dhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00109 /listing.html)
 
Place of Performance
Address: Primarily at Contractor's facility. It may be required that the Contractor visit the Government facility in Washington D.C. for periodic ststus reports and updates., Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02072369-W 20100225/100223234809-447e36db7f4b811b48cd69101b0ff3d5 (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.