Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2012 FBO #3850
SOLICITATION NOTICE

U -- Root Cause Training - SOW

Notice Date
6/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2012-N-14358
 
Archive Date
7/6/2012
 
Point of Contact
Amy C. Feemster, Phone: 7704882058
 
E-Mail Address
KFV4@cdc.gov
(KFV4@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Please see SOW attached. 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 Center for Disease Control and Prevention (CDC) requires Management Oversight and Risk Tree (MORT) Training. This request for quote is a 100% small business set aside. The NAICS code for this action is 541690. Travel Expenses may be included if required and will be reimbursed in accordance with Federal Travel Regulations. Offerors shall propose firm fixed price and an estimated travel cost. The selected Offeror must comply with the following commercial item terms and conditions. Clause Description FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors - Commercial Items. FAR 52.212- 2 Evaluation - Commercial Items. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions -- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-19, 52.222-21, 52.222-26, 52.232-3. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. In addition to the instructions in FAR 52.212-1; all offers shall include the following: 1. Technical Approach: Contractors shall provide a discussion of their technical approach for providing the service required for this requirement. This discussion shall be in the contractors own words and shall reflect a clear understanding of the work to be accomplished. 2. Staffing Plan: Contractors shall provide a detailed statement of the staffing proposed for this requirement, including: (1) Resumes from key personnel outlining the credentials and backgrounds of key personnel to be used for this requirement (2) a details plan that described current staff's availability for this requirement. 3. Schedule: Contractors shall detail the proposed schedule to comply with this requirement in the time specified. Contractors shall address any potential problems that may arise and discuss how these issues will be resolved without impacting the schedule. 4. Similar Experience: The Contractor shall provide a description of at least six (6) projects completed within the past three years that clearly demonstrates the Contractor's experience in performing projects of similar scope, size and complexity to the requirements described in the Request for Proposal. The projects should also demonstrate experience in coordination of communication planning and strategy between partner groups, message strategy for decision-making groups as well as for individual members of the public, and low cost approaches to communication planning and execution. The following information shall be provided for each project reference: a. contract number, customer/agency name and contract title; b. brief narrative description of the work performed for each of those contracts, including a discussion of any problems encountered/corrective actions and significant accomplishments; c. dollar value, contract type, period of performance, place of performance, and the number and types of personnel used in the performance of the contract; and d. name, address and phone number of at least two (2) customer contacts (Contracting Officer and Project Officer) for each of the identified contracts. The following evaluation factors are inserted into FAR 52.212-2: 1. Technical Approach: The offerors technical approach will be evaluated to determine the offerors understanding of the requirement and feasibility of the approach. 2. Staffing Plan: The proposed staffing will be evaluated to ensure that they contain the required experience and are available to commence work immediately among contract award. 3. Schedule: Schedule will be evaluated to ensure that the offeror can meet the the Governments schedule and can overcome any circumstances that may arise to meet the schedule. 4. Past Performance: The offeror past performance will be evaluated to to determine the offerors experience and past performance with projects of the same size, scope and complexity. 5. Price: Price will be evaluated to ensure that it is fair and reasonable The relative point value for each criteria is as follows: Factor Points Technical Approach 20 Staffing Plan 30 Schedule 20 Past performance 30 Basis of award: The Government intends to make award to the offer whose is considered to be the most advantageous to the Government, price and other factors considered. Technical factors are more important than price. The Government will not make award at a significantly higher price to achieve only a slightly superior performance. The anticipated line items will be: 1) MORT training (Firm Fixed Price) 2) Travel (reimbursable in accordance with Federal Travel Regulations)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-N-14358/listing.html)
 
Place of Performance
Address: Atlanta, Georgia, United States
 
Record
SN02769889-W 20120609/120608000411-7ff2b80854bb6f1c1f0355bde834f876 (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.