SOLICITATION NOTICE
R -- Best Practices - Medical Countermeasures Dispensing Planning - RFP for Medical Countermeasures Dispensing Planning
- Notice Date
- 11/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Office of the Secretary, Acquisitions Management, Contracts, & Grants (AMCG), Office of the Assistant Secretary for Preparedness & Response (ASPR), Department of Health and Human Services, 330 Independence Ave. SW, G640, Washington, District of Columbia, 20201, United States
- ZIP Code
- 20201
- Solicitation Number
- 16-100-SOL-00007
- Archive Date
- 11/26/2015
- Point of Contact
- Minnie Wright, Phone: 2022601460
- E-Mail Address
-
minnie.wright@hhs.gov
(minnie.wright@hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combine Synopsis/Solicitation for Best Practices - Medical Countermeasures Dispensing Planning with attachments, No. 1 and No. 2. This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulations (FAR) Part 12 and with the format in Subpart 12.6 and authorized by FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is 100% Set-aside for Small Business Concerns and only qualified offerors may submit bids. The NAICS Code for this synopsis/solicitation is 541618; Size Standard is $15.0 Million. The Government contemplates award of a single firm-fixed price contract using Best Value - Lowest Price Technically Acceptable (LPTA) source selection process. Respondents should be advised that the Government fully intends to evaluate proposals and award the resulting contract without discussions with offerors. Therefore, proposals should be submitted initially on the most favorable terms. Solicitation/Purchase Request Number 16-100-SOL-00007 is issued as a Request for Proposal (RFP). Description or Requirement: Perform best practices medical countermeasures dispensing planning with results as specified in the attached Statement of Work (SOW). The Period of Performance for this requirement shall not exceed nine months from the date of award. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-83 effective 03 August 2015. The Government intends to award a Firm-Fixed Price contract resulting from this solicitation with a one-year base year only with the following Contract Line Item Number (CLIN) Structure: CLIN 0001: Event Planning Approach to Summits; CLIN 0002: Mid-Planning Conference; CLIN 0003: Final Planning Conference; CLIN 0004: Conduct and Complete Summit 1; CLIN 0005: Conduct and Complete Summit 2; CLIN 0006: Conduct and Complete Summit 3; CLIN 0007: Conduct and Complete Summit 4; CLIN 0008: Conduct and Complete Summit 5; CLIN 0009: Conduct and Complete Summit 6; CLIN 0010: Summit Evaluation and Data Collection Reports; CLIN 0011: Contract Mid Plan Meeting on Virtual Exercise; CLIN 0012: Conduct Iterations of Virtual Exercise; CLIN 0012: Conduct Iterations of Virtual Exercise; CLIN 0013: Evaluation of Virtual Exercise; CLIN 0014: design and Development of EMI Course. Please see attached Statement of Work for further information. Contract line items: submit proposal pricing in the following format: Firm-Fixed Price Item Number Description Quantity Unit Unit Price Amount CLIN 0001 Event Planning Approach to Summits 4 EA $ $ CLIN 0002 Mid-Planning Conference 1 MO $ $ The Contractor shall perform ALL Requirements as described in the attached Statement of Work. FOB: Destination INSPECTION AND ACCEPTANCE: Destination Basis of Award: In accordance with FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of lowest price technically acceptable (LPTA). The lowest price quote will be evaluated first. Quotes may be submitted via email to minnie.wright@hhs.gov. Electronic documents shall be submitted in pdf,.doc, or.xls and less than 30 MB. Quotes are due no later than 15:00 or 3:00 P.M. Eastern Standard Time (EST) 25 November 2015. Solicitation Questions: Any questions relating to this solicitation and attachments shall be submitted in writing to the Contract Specialist above no later than 12:00 Noon (P.M.) EST on 16 November 2015. Any questions received after this date need not be answered due to time constraints of the solicitation. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. SOLICITATION PROVISIONS: This solicitation incorporates the following contract clauses and provision by reference, with the same force and effect as if they were given in full text. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its offer. The full text of a solicitation provision may be accessed electronically at the below listed websites: http://farsite.hill.af.mil; https://acquisition.gov/far/. FAR 52.203-3 - Gratuities (APR 1984); FAR 52.203-11 --Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions (SEP 2007), FAR 52.204-3-Taxpayer Identification (OCT 1998); FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011); FAR 204-6 -- Data Universal Numbering System Number (JUL 2013); FAR 52.204-7 -- System for Award Management ( JUL 2013); FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-12 - Data Universal Numbering System Number Maintenance (DEC 2012); FAR 52.204-13 -- System for Award Management Maintenance (JUL 2013); FAR 52.204-14 - Service Contract Reporting Requirements (JAN 2014); FAR 209-2, Prohibition on Contracting With Inverted domestic Corporations -Representation ( NOV 2015); FAR 52.209-5 -- Certification Regarding Responsibility Matters (OCT 2015); FAR 52.209-6 - Protecting The Government's Interest When Sub-contracting With Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.211-11-Liquidated Damages - Supplies, Services, or Research and Development; FAR 52.212-1 -- Instructions to Offerors-Commercial Items (OCT 2015); FAR 52.212-2 -- Evaluation - Commercial Items (OCT 2014); FAR 52. 212-3 -- Offeror Representations and Certifications - Commercial Items (NOV 2015; FAR 52.212-4 -- Contract Terms and Conditions- Commercial Items (MAY 2015); FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (NOV 2015) [in paragraphs (b) and (c) the following clauses apply FAR 52.203-6 Alt I (Oct 1995); FAR 52.204-10 (OCT 2015); FAR 52.209-6 (OCT 2015); FAR 52.217-8 - Option to Extend Services (NOV 1999); FAR 52.219-1-- Small Business Program Representations (OCT 2014); FAR 52.219-6 - Notice of Total Small Business Aside (NOV 2011); Representation By Corporations Regarding an unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law (FEB 2012). The following full text provisions and clauses apply to this procurement: ADDENDUM 1 to FAR 52.212-1, SECTION L INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2015) (IAW 12.302(a)). FOR OFFERS TO BE CONSIDERED: The proposed instructions in this section are designed to assist offerors in preparing a complete response that reflects a full understanding of the approach proposed to accomplish all work required herein. 1. In order for proposals to receive full consideration for award, each Offeror shall provide its submissions in accordance with the instructions found herein and with the solicitation provision FAR 52.212-1, Instructions to Offerors - Commercial Items. Offerors shall also ensure that the information furnished is factual, accurate, and complete. Failure to provide the information requested herein may render the offeror's proposal ineligible for further consideration for award. Only one (1) proposal may be submitted per offeror. Because the SF 1449 is not used, Offerors shall make submissions by way of company letterhead. 2. Offerors shall submit proposals using company letterhead. Offers shall be received by the U.S. Department of Health and Human Services (HHS) no later than 3:00 PM Eastern Standard Time, 25 November 2015. 3. Offers shall consist of the following documents: a. Company letterhead, containing information prescribed by FAR 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs FAR 52.212-1(b) (4) and (8) shall be provided separately as discussed below. b. Separate documentation in response to the Technical Approach evaluation factor. Submission shall include a narrative description of the Offeror's proposed approach in accordance with (IAW) the SOW and IAW the three bullet itemized points and sub-points. c. Separate documentation in response to the Contract kick-off/Event Planning Approach to Summits Factor. Submission shall include a narrative description of the Offeror's approach to accomplishing sub-factors (a) through (f). d. Separate documentation in response to the Design/Facilitation Approach to Summits. Submission shall include a narrative description of the Offeror's approach to sub-factors (a) and (b). e. Separate documentation in response to the Design Approach to Virtual Exercise Factor. Submission shall include a detail narrative description of the Offeror's approach to sub-factors (a) through (d). f. Separate documentation in response to the Design/ Development of Course Factor. Submission shall include a detail account of the Offeror's approach to successfully accomplishing sub-factor (a). g. Separate documentation in response to the Timeline Implementation Factor. Submission shall include a detailed plan of the Offeror's approach to successfully delivering all deliverables as specified via sub-factor (a). h. Separate documentation in response to the organizational experience and past performance evaluation factor. Limit is four (4) pages of narrative for organizational experience and four (4) pages of narrative for past performance, not including past performance questionnaire. Pages beyond the initial four will not be evaluated. Submission shall include three references from private and public entities for which the Offeror performed work as either a prime or subcontractor similar in nature and scope during the past five (5)years (as of date set for receipt of offers). Offerors shall provide the Past Performance Questionnaire to the selected references, and request that they complete and return the questionnaire to: minnie.wright@hhs.gov NLT 3:00 P.M. on November 25, 2015. The Government will use this and other information at its disposal to determine acceptability of the Offeror's experience and past performance. i. A completed copy of the Offeror's representations and certifications required by the provisions, FAR 52.212-3. J. Submission shall be made via e-mail to minnie.wright@hhs.gov. Facsimiles will not be accepted. Attachments to the e-mail proposal submission shall be Microsoft compatible and virus/malware free. Documents/attachments shall also be free of password protections. Electronic media suspected by Government computers as possibly containing virus/malware will not be opened or considered. K. All quotations from responsible sources will be fully considered. Offerors not registered in the System for Award Management (SAM) with all required information provided prior to award will not be considered. Offerors may register with SAM at www.sam.gov. l. Please note that Contractor employees must be able to pass all Government background check. M. The contractor, as well as all Contractor employees shall sign a Non-disclosure agreement upon contract commencement. Contracting Office Address: U.S. Department of Health and Human Services (HHS), Office of the Assistant Secretary for Preparedness & Response (ASPR), 200 "C" Street, S.W., Washington, DC 20024, Point of Contact: Minnie Wright. FAR 52.212-2 - EVALUATION -COMMERCIAL ITEMS (OCT 2014) - (a) The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the Solicitation submits the lowest bid while meeting or exceeding the requirements of the Statement of Work (SOW). The Offeor shall insert proposed unit and extended prices for each contract Line Item Number (CLIN). The offeror shall include a full completed price schedule with the quotation. Any offer, which fails to cite a price for each CLIN, or fails to make an entry, may be subject to rejection. The Government contemplates the award of a firm-fixed price contract. The proposed quote will be Evaluated based upon lowest price technically acceptable and discounts. EVALUATION FACTORS FOR AWARD - ADDENDUM TO FAR 52.212-2 The Offeror's proposal shall be valid for 60 days. Offeror(s) shall describe in detail their proposed approach. Offeror(s) shall use the Government provided Statement of Work (SOW) to develop their technical approach. Offeror(s) shall specifically explain how their approach will meet the key requirements of the SOW. Failure to meet a requirement may result in an offer being ineligible for award. Each Offeror is required to submit their proposal as specified in FAR Provision FAR 52.212-1, Instructions to Offerors - Commercial Items and Addendum 1. General Instructions: 1. The overall evaluation methodology will be Lowest Price Technically Acceptable (LPTA). The Contracting Officer has determined there is a high probability of adequate competition for this acquisition. The Government will evaluate overall total price per offeror. After the lowest priced offeror is determined the Government will evaluate the offeror's proposal for technical acceptability. If the lowest priced proposal is found technically acceptable award shall be made to that offeror and no further technical evaluations shall be completed. If the lowest priced offeror is deemed technically unacceptable then the Government shall review the next lowest priced offeror for technical acceptability. If the second lowest priced offeror is deemed technically acceptable then award shall be made to the second lowest priced offeror. This process shall continue until the lowest priced offeror is found to be technically acceptable for award. There is a chance offeror's proposals will not be evaluated by the Government for technical acceptability if found to be priced higher than another offeror found to be technically acceptable. 2. Technical Capability will be assessed utilizing the Technical Ratings determine acceptable or unacceptable based on demonstrated technical expertise to meeting the requirements of the Solicitation/SOW. Acceptable - Clearly meets all specified technical capability requirements necessary for acceptable contract performance. Unacceptable - fails to clearly meet one or more specified technical capability requirements. Proposal with an unacceptable rating are considered not awardable. 3. The Offeror's proposal shall include all data and information requested and must be submitted in accordance with these instructions. Failure to submit proposals as outlined below may render a vendor ineligible for award. 4. The proposal shall not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the offeror's proposal. 5. Offeror's proposal shall consist of a cover letter and two (2) separate sections: Cover Letter shall include the following: Small Business Status/Categories as appropriate Company point of contact with email, phone number, Cage Code and DUNS number, a statement that your company understands the requirements specified in the Statement of Work (SOW) and will meet the performance standards and requirements therein. Provide a statement that your company does or does not take exception to any of the requirements of the SOW or terms/conditions of the resulting contract. SECTION I - Price/Cost will be evaluated for fair and reasonableness. Offeror shall provide pricing for each of the CLINs as well as include a roll-up to include the overall Base Year price. SECTION II - Technical Capability (Do not exceed 20 pages) Technical Capability Factor Ratings: The technical rating evaluates the quality of the offeror's technical solution for meeting the Government's requirement. Technical evaluations shall utilize the ratings listed in the following evaluation criteria. Offerors shall provide the following: TECHNICAL FACTOR 1 (Technical Approach): A written approach that demonstrates the offeors' ability to meet the technical requirements of as set out in the Statement of Work. The offeror's technical approach must be able to demonstrate the following three items will be acceptably provided: 1. Conduct, plan, and facilitate all six summits in six different HHS geographic regions within a nine (9) month period, and provide the adequate required personnel to include: subject matter experts, facilitators and note takers; Conduct outreach ensuring attendance by state/local/tribal partners within the HHS region; Personnel to produce reports after each summit, summarizing the findings and the lessons learned; 2. Conduct, plan and facilitate iterations of virtual exercises including all of the necessary personnel, equipment, and materials needed. Offerors must be able to demonstrate that information can be taken from the summits and applied to the implementation of the exercises. Offerors must demonstrate the ability to provide the required personnel to develop virtual exercise scenarios, facilitate the exercises and track information for performance metric using a methodologically sound approach. 3. Develop an Emergency Management Institute (EMI) course based on the findings of the summits and the virtual exercises including not only proof of staff's ability to develop the course but also to work with the Federal Emergency Management Agency (FEMA) EMI to implement. TECHNICAL FACTOR 2 (Contract Kick-off/Event Planning Approach to Summits): A written approach that demonstrates the offeors' ability to accomplish and acceptable work plan achieving all task objectives of this technical factor sub-factor's a through f. TECHNICAL FACTOR 3 (Design/Facilitation Approach to Summits): Staffing plan that demonstrates the offeror's ability to staff adequately trained personnel during the performance of this resulting contract in accordance with the SOW and this technical factor sub-factors a through b. TECHNICAL FACTOR 4 (Design Approach to Virtual Exercise): Offeror's demonstrated ability to acceptably perform this technical factor in accordance with the SOW and all sub-factors a through c. TECHNICAL FACTOR 5 (Design/Development of Course ) An acceptable developed course curriculum in compliance with this requirement's SOW and the associated sub-factor (a). TECHNICAL FACTOR 6 (Timeline Implementation): An implementation plan demonstrating the offeror's ability to acceptably accomplish all required deliverables for this resulting contract in accordance with the SOW and this factor sub-factor (a). TECHNICAL FACTOR 7 (Past Performance and Experience): offer's submission of organizational experience that demonstrate evidence that the organization has current capabilities; and for assuring performance of this requirement and; the Offer's submission of evidence of their acceptability in supporting sub-contractors, consultants and business partners and; appropriate mix and balance of education and training of team members. The Past Performance will be examined for the offeror's past performance records to determine its ability to perform as proposed; determine the organizations history of successful completion of projects; history of producing high quality reports and other deliverables; history of staying on schedule and within budget; quality of cooperation and performance between your organization and its clients and the organizations specific past performance on prior similar efforts specified with this SOW. In addition to the information provided by the offeror, the Government will utilize sources such as the Contractor Performance Assessment Reporting System (CPARS), and Federal Awardee Performance and Integrity Information System (FAPISS) or similar systems. The offeror shall demonstrate acceptable successful past performance as evidenced by information gathered on performance during the past five (5) years that reflect conditions, similar scope, effort, size and complexity comparable to this solicitation. Offeror's past performance reputation with its customers will be used to render a performance assessment rating of acceptable or unacceptable. Offerors with no Past Performance history will be classified as "Neutral" or Acceptable for the Past Performance factor. Factor 1. Price. The price evaluation will document fair and reasonableness of the proposed total price. When two or more technically acceptable offers are received (competition) will be evaluated with price. Information other than pricing data may be required to support price reasonableness in the absence of competition. Factor 2 - Technical Capability: DETERMINATION DEFINITION will be Acceptable or Unacceptable: Acceptable is equivalent to: ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror's proposal meets the performance and technical capability requirements defined in the SOW. Unacceptable is equivalent to: Not all of the minimum acceptable criteria are clearly met by the proposal. An unacceptable proposal contains one or more deficiencies. The proposal fails to meet specified minimum performance and technical capability. FACTOR 1: TECHNICAL APPROACH TABLE RATINGS: Rating Identifier Description of Rating Overall Rating For - Technical Approach Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/Solicitation/SOW. Unacceptable Proposal Does Not Clearly Meet the Minimum Requirements of the RFQ/ Solicitation/SOW. FACTOR 2: CONTRACT KICK-OFF/EVENT PLANNING APPROACH TO SUMMITS TABLE RATINGS: Rating Identifier Description of Rating Overall Rating For - Contract Kick-off/Event Planning Approach To Summits Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/ Solicitation/SOW and Meets the Requirements of Sub-Factors 2A, 2B, 2C, 2D, 2E. Unacceptable Proposal Does Not Clearly Meet the Minimum Requirements of the RFQ/ Solicitation/SOW and Sub-Factors 2A, 2B, 2C, 2D, 2E. FACTOR 3: DESIGN/FACILITATION APPROACH TO SUMMITS TABLE RATINGS: Rating Identifier Description of Rating Overall Rating For - Design/Facilitation Approach to Summits Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/ Solicitation/SOW and Meets the Requirements of Sub-Factors 3A, 3B Unacceptable Proposal Does not meet the Minimum Requirements of the RFQ/ Solicitation/SOW and Requirements of Sub-Factors 3A, 3B FACTOR 4: DESIGN APPROACH TO VIRTUAL EXERCISE TABLE RATINGS: Rating Identifier Description of Rating Overall Rating For - Design Approach to Virtual Exercise Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/ Solicitation/SOW and Meets the Requirements of Sub-Factors 4A, 4B, 4C, 4D Unacceptable Proposal Does not meet the Minimum Requirements of the RFQ/ Solicitation/SOW and Requirements of Sub-Factors 4A, 4B, 4C, 4D FACTOR 5: DESIGN/DEVELOPMENT OF COURSE TABLE RATINGS: Rating Identifier Description of Rating Overall Rating For - Design/Development Of Course Acceptable Proposal Clearly Meets the Minimum Requirements of the RFQ/ Solicitation/SOW and Meets the Requirements of Sub-Factors 5A Unacceptable Proposal Does not meet the Minimum Requirements of the RFQ/ Solicitation/SOW and Requirements of Sub-Factors 5A FACTOR 6: TIMELINE IMPLEMENTATION TABLE RATINGS: Rating Identifier Description of Rating Overall Rating For - Timeline Implementation Acceptable Proposal clearly is able to conduct all aspects of the SOW in the 9 month timeframe Unacceptable Proposal is clearly not able to conduct all aspects of the SOW in the 9 month timeframe FACTOR 7: PAST PERFORMACE AND EXPERIENCE TABLE RATINGS: Rating Identifier Description of Rating Overall Rating For - Past Performance Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/OOS/OASPHEP/16-100-SOL-00007/listing.html)
- Place of Performance
- Address: The Contractor shall furnish the place or location where the service is to be performed., Washington, District of Columbia, 20024, United States
- Zip Code: 20024
- Zip Code: 20024
- Record
- SN03942717-W 20151112/151110234421-9f4c0f9c9d9c6c46d0a66a34a3d4bcdd (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 |