DOCUMENT
R -- HR Development and Program Evaluation - Attachment
- Notice Date
- 8/22/2018
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C77618Q9237
- Response Due
- 9/6/2018
- Archive Date
- 12/14/2018
- Point of Contact
- Adeitra Jimmison
- E-Mail Address
-
a.Jimmison@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Page 12 of 12 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C776189237 is hereby issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-99 effective 15 JUN 2018. This requirement is set aside for Veteran Owned Small Business (VOSB) concerns and the associated NAICS Code for this combined synopsis/solicitation is 541611 with a Size Standard $15 Million. The CLINS associated with this Combined Synopsis/Solicitation are contained within the attached SF1449. For extended descriptions of services and tasks and deliverables, please refer to the attached performance work statement (PWS). This is for services to be provided to Workforce Management and Consulting Office (WMC) in support of the Human Resources (HR) Development and Program Evaluation support services. Federal Acquisition Regulation (FAR) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, and FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, apply to this acquisition. Please see attached for additional applicable terms and conditions which govern this action. Offerors shall submit their responses by no later than 1:00PM (EDT), September 6, 2018. Quotes will only be accepted via E-mail to Adeitra Jimmison, Contract Specialist at Adeitra.Jimmison@va.gov, Charles Holmes, Contracting Officer at Charles.Holmes@va.gov, and Nicholas Sparks, Supervisory Contracting Officer at Nicholas.Sparks@va.gov. During the solicitation there will be a question and answer period. All pertinent questions from industry will be answered via an amendment to the solicitation. All questions shall be submitted in writing to the aforementioned email addresses no later than 1:00PM (EDT), August 24, 2018. Electronic documents shall be submitted in.pdf,.doc, or.xls and restricted to emails of less than less than 10MB as that is maximum single email size allowable. Communications containing documents in any other format may be blocked or stripped by the Government's server and may not be received by this office. Files in.zip format or file(s) exceeding 10MB may not be received by this office. It is the contractor s responsibility to verify that submissions are received. Any questions in regard to this notice may be directed to the email addresses above. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA $0.0000 $0.00 Contractor Project Management Plan (CPMP) Contract Period: Base 0002 12.00 EA $0.0000 $0.00 Monthly Progress Report (MPR) Contract Period: Base 0003 4.00 EA $0.0000 $0.00 Quarterly Update In Progress Review (IPR) Contract Period: Base 0004 1.00 EA $0.0000 $0.00 Quality Control Plan (QCP) Contract Period: Base 0005 1.00 JB $0.0000 $0.00 Performance Measurement System Licenses (to be billed as Other Direct Costs) Contract Period: Base 0006 1.00 JB $0.0000 $0.00 Initial Implementation of Performance Measurement System Contract Period: Base 0007 12.00 EA $0.0000 $0.00 Monthly Support of Performance Measurement System Contract Period: Base 0008 1.00 JB $0.0000 $0.00 Data Collection Plan Workshop Contract Period: Base 0009 1.00 JB $0.0000 $0.00 Data Collection and Analysis Plan Contract Period: Base 0010 2.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Semi-Annual Report Contract Period: Base 0011 1.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Annual Report, including briefing Contract Period: Base 0012 1.00 JB $0.0000 $0.00 HR Academy SharePoint Enhancement Plan Contract Period: Base 0013 4.00 EA $0.0000 $0.00 Maintenance to HR Academy SharePoint site Contract Period: Base 0014 1.00 JB $0.0000 $0.00 Direct Cost Reimbursable Travel Contract Period: Base 1001 1.00 EA $0.0000 $0.00 Contractor Project Management Plan (CPMP) Contract Period: Option 1 1002 12.00 EA $0.0000 $0.00 Monthly Progress Report (MPR) Contract Period: Option 1 1003 4.00 EA $0.0000 $0.00 Quarterly Update In Progress Review (IPR) Contract Period: Option 1 1004 1.00 EA $0.0000 $0.00 Quality Control Plan (QCP) Contract Period: Option 1 1005 1.00 JB $0.0000 $0.00 Performance Measurement System Licenses (to be billed as Other Direct Costs) Contract Period: Option 1 1006 1.00 JB $0.0000 $0.00 Initial Implementation of Performance Measurement System Contract Period: Option 1 1007 12.00 EA $0.0000 $0.00 Monthly Support of Performance Measurement System Contract Period: Option 1 1008 1.00 JB $0.0000 $0.00 Data Collection Plan Workshop Contract Period: Option 1 1009 1.00 JB $0.0000 $0.00 Data Collection and Analysis Plan Contract Period: Option 1 1010 2.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Semi-Annual Report Contract Period: Option 1 1011 1.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Annual Report, including briefing Contract Period: Option 1 1012 1.00 JB $0.0000 $0.00 HR Academy SharePoint Enhancement Plan Contract Period: Option 1 1013 4.00 EA $0.0000 $0.00 Maintenance to HR Academy SharePoint site Contract Period: Option 1 1014 1.00 JB $0.0000 $0.00 Direct Cost Reimbursable Travel Contract Period: Option 1 2001 1.00 EA $0.0000 $0.00 Contractor Project Management Plan (CPMP) Contract Period: Option 2 2002 12.00 EA $0.0000 $0.00 Monthly Progress Report (MPR) Contract Period: Option 2 2003 4.00 EA $0.0000 $0.00 Quarterly Update In Progress Review (IPR) Contract Period: Option 2 2004 1.00 EA $0.0000 $0.00 Quality Control Plan (QCP) Contract Period: Option 2 2005 1.00 JB $0.0000 $0.00 Performance Measurement System Licenses (to be billed as Other Direct Costs) Contract Period: Option 2 2006 1.00 JB $0.0000 $0.00 Initial Implementation of Performance Measurement System Contract Period: Option 2 2007 12.00 EA $0.0000 $0.00 Monthly Support of Performance Measurement System Contract Period: Option 2 2008 1.00 JB $0.0000 $0.00 Data Collection Plan Workshop Contract Period: Option 2 2009 1.00 JB $0.0000 $0.00 Data Collection and Analysis Plan Contract Period: Option 2 2010 2.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Semi-Annual Report Contract Period: Option 2 2011 1.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Annual Report, including briefing Contract Period: Option 2 2012 1.00 JB $0.0000 $0.00 HR Academy SharePoint Enhancement Plan Contract Period: Option 2 2013 4.00 EA $0.0000 $0.00 Maintenance to HR Academy SharePoint site Contract Period: Option 2 2014 1.00 JB $0.0000 $0.00 Direct Cost Reimbursable Travel Contract Period: Option 2 3001 1.00 EA $0.0000 $0.00 Contractor Project Management Plan (CPMP) Contract Period: Option 3 3002 12.00 EA $0.0000 $0.00 Monthly Progress Report (MPR) Contract Period: Option 3 3003 4.00 EA $0.0000 $0.00 Quarterly Update In Progress Review (IPR) Contract Period: Option 3 3004 1.00 EA $0.0000 $0.00 Quality Control Plan (QCP) Contract Period: Option 3 3005 1.00 JB $0.0000 $0.00 Performance Measurement System Licenses (to be billed as Other Direct Costs) Contract Period: Option 3 3006 1.00 JB $0.0000 $0.00 Initial Implementation of Performance Measurement System Contract Period: Option 3 3007 12.00 EA $0.0000 $0.00 Monthly Support of Performance Measurement System Contract Period: Option 3 3008 1.00 JB $0.0000 $0.00 Data Collection Plan Workshop Contract Period: Option 3 3009 1.00 JB $0.0000 $0.00 Data Collection and Analysis Plan Contract Period: Option 3 3010 2.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Semi-Annual Report Contract Period: Option 3 3011 1.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Annual Report, including briefing Contract Period: Option 3 3012 1.00 JB $0.0000 $0.00 HR Academy SharePoint Enhancement Plan Contract Period: Option 3 3013 4.00 EA $0.0000 $0.00 Maintenance to HR Academy SharePoint site Contract Period: Option 3 3014 1.00 JB $0.0000 $0.00 Direct Cost Reimbursable Travel Contract Period: Option 3 4001 1.00 EA $0.0000 $0.00 Contractor Project Management Plan (CPMP) Contract Period: Option 4 4002 12.00 EA $0.0000 $0.00 Monthly Progress Report (MPR) Contract Period: Option 4 4003 4.00 EA $0.0000 $0.00 Quarterly Update In Progress Review (IPR) Contract Period: Option 4 4004 1.00 EA $0.0000 $0.00 Quality Control Plan (QCP) Contract Period: Option 4 4005 1.00 JB $0.0000 $0.00 Performance Measurement System Licenses (to be billed as Other Direct Costs) Contract Period: Option 4 4006 1.00 JB $0.0000 $0.00 Initial Implementation of Performance Measurement System Contract Period: Option 4 4007 12.00 EA $0.0000 $0.00 Monthly Support of Performance Measurement System Contract Period: Option 4 4008 1.00 JB $0.0000 $0.00 Data Collection Plan Workshop Contract Period: Option 4 4009 1.00 JB $0.0000 $0.00 Data Collection and Analysis Plan Contract Period: Option 4 4010 2.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Semi-Annual Report Contract Period: Option 4 4011 1.00 EA $0.0000 $0.00 Programmatic Learning Evaluation Annual Report, including briefing Contract Period: Option 4 4012 1.00 JB $0.0000 $0.00 HR Academy SharePoint Enhancement Plan Contract Period: Option 4 4013 4.00 EA $0.0000 $0.00 Maintenance to HR Academy SharePoint site Contract Period: Option 4 4014 1.00 JB $0.0000 $0.00 Direct Cost Reimbursable Travel Contract Period: Option 4 GRAND TOTAL $0.00 SUBMISSION INSTRUCTIONS Technical Submission: The technical submission must demonstrate that your company has a thorough understanding of the work to be performed and the technical capability to perform the work. The contractor shall also provide its technical approach to satisfy the requirements of the performance work statement. The technical submission shall not exceed 30, single sided, typed, standard 8.5"x11" pages. Type shall be no smaller than size 12 font. The page limit does not include price sheet, past performance, or Key Personnel resumes. All offers shall list the company s DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Past Performance: Contractors shall identify in detail any previous experience they have on projects of a similar nature at any point during the three (3) years prior to the closing date of the combined synopsis/solicitation. Contractors shall submit no more than three (3) past performance experiences. Contractors must have a record of satisfactory or neutral past performance. If no record of past performance is found the contractor will receive a rating of neutral. The Government will utilize internal documentation including Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS) for determining the Past Performance of contractors. Price Submission: Contractors must identify the unit price and total amount for each and all CLINs identified in this synopsis. Failure to provide a unit price and total amount for each CLIN will render the offer unacceptable. The Unit Price shall be rounded to the nearest penny to avoid rounding errors. Failure to comply with the submission instructions herein will render the quote Unacceptable and thus, ineligible for award. The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: FAR 52.212-4 - Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are included as addenda to FAR 52.212-4: FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-9 Commercial and Government Entity Code Maintenance FAR 52.227-17 - Rights in Data-Special Works (DEC 2007) FAR 52.232-40 Providing Accelerated Payments to Small Businesses to Subcontractors (DEC 2013) End of Addendum to 52.212-4 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer Systems for Award Management (JUL 2013) FAR 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) The following solicitation provisions apply to this acquisition: Contractors responding to the combined synopsis/solicitation, shall at a minimum, submit the following: Technical Submission: Contractors shall submit a technical submission that demonstrates your company has an understanding of the work to be performed. The contractor shall also provide its technical approach to satisfy the tasks outlined in the performance work statement. Resumes of key personnel shall also be provided. The technical submission shall not exceed 30, single sided, typed, standard 8.5"x11" pages. Type shall be no smaller than size 12 font. The page limit does not include price sheet, past performance, or Key Personnel resumes. All offers shall list the company s DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Past Performance: Contractors shall identify in detail any previous experience they have on projects of a similar nature at any point during the three (3) years prior to the closing date of the combined synopsis/solicitation. Contractors shall submit no more than three (3) past performance experiences. Contractors must have a record of satisfactory or neutral past performance. If no record of past performance is found the contractor will receive a rating of neutral. The Government will utilize internal documentation including Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS) for determining the Past Performance of contractors. Price Submission: Contractors must identify the unit price and total amount for each and all CLINs identified in this synopsis. Failure to provide a unit price and total amount for each CLIN will render the offer unacceptable. The Unit Price shall be rounded to the nearest penny to avoid rounding errors. Failure to comply with the submission instructions herein will render the quote Unacceptable and thus, ineligible for award. The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. COMPARATIVE EVALUATION/BASIS FOR AWARD A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The government reserves the right to select a response that provides benefit to the government that exceeds the minimum. The government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must, at a minimum meet the solicitation requirements. The government is not requesting or accepting alternate proposal(s). Government reserves the right to award to a contractor with other than the lowest price. Award will be made to the contractor whose quote represents the best overall value to the government. Evaluation factors are not required. The government may evaluate responses against the stated requirements for acceptability, then perform a comparative evaluation among the acceptable quotations, and assess and document which response is best value as a whole. There is no requirement to or prohibition on holding discussions with any offeror, acceptable or not. The government is free to hold discussions if deemed appropriate. The government can compare each response to the others and select the one that best meets the government s need. The government is not limited to evaluating responses only against the minimum requirements stated in the solicitation. The government may evaluate past performance in accordance with any procedures identified in FAR 13.106-2(b)(3). In order for a quote to be eligible for award, the contractor submitting a quote must have a current registration in the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM at submission of quote. SAM will be checked to verify the contractor s status before any evaluation is conducted. This requirement is a 100% Veteran Owned Small Business (SDVOSB) set-aside. In order for a quote to be eligible for award, the contractor submitting a quote shall be certified in Veterans Information Page (VIP VetBiz) http://www.vetbiz.gov/ by the closing date of the solicitation. VIP VetBiz will be checked to verify the contractors VOSB certification before any evaluation is conducted. The Government intends to make award selection without clarifications, but may determine after evaluating the quotes submitted that clarifications are necessary and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. FAR 52.209-7 Information Regarding Responsibility Matters (JUL 2013) FAR 216-1 Type of Contract (APR 1984) FAR 52.233-2 Service of Protest FAR 233-70 Protest Content/Alternative Dispute Resolution FAR 52.212-3 - Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/36C77618Q9237/listing.html)
- Document(s)
- Attachment
- File Name: 36C77618Q9237 36C77618Q9237.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554974&FileName=36C77618Q9237-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554974&FileName=36C77618Q9237-000.docx
- File Name: 36C77618Q9237 S02 - Attachment - 1 Performance Work Statement HRDPE FINAL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554976&FileName=36C77618Q9237-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554976&FileName=36C77618Q9237-001.docx
- File Name: 36C77618Q9237 S02 - Attachment - 2 Quality Assurance Surveillance Plan HRDPE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554977&FileName=36C77618Q9237-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554977&FileName=36C77618Q9237-002.docx
- File Name: 36C77618Q9237 S02 - Attachment - 3 Base and Option Year Deliverable Schedule.asd.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554978&FileName=36C77618Q9237-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554978&FileName=36C77618Q9237-003.docx
- File Name: 36C77618Q9237 S02 - Attachment - 4 Contractor Personnel Change Form.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554979&FileName=36C77618Q9237-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554979&FileName=36C77618Q9237-004.docx
- File Name: 36C77618Q9237 S02 - Attachment - 5 Travel Authorization Request Form.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554980&FileName=36C77618Q9237-005.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554980&FileName=36C77618Q9237-005.docx
- File Name: 36C77618Q9237 S02 - Attachment - 6 PIV Card Type Matrix.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554981&FileName=36C77618Q9237-006.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554981&FileName=36C77618Q9237-006.pdf
- File Name: 36C77618Q9237 S02 - Attachment - 7 NCHC Screening Notification.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554982&FileName=36C77618Q9237-007.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554982&FileName=36C77618Q9237-007.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C77618Q9237 36C77618Q9237.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554974&FileName=36C77618Q9237-000.docx)
- Record
- SN05051061-W 20180824/180822231350-3edbd9f4bae2e9f81a2a145829e37a88 (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 |