Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2020 SAM #6649
SOLICITATION NOTICE

R -- Meeting Consultation Service

Notice Date
2/10/2020 6:53:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
HHS-NIH-NIDA-CSS-20-003112
 
Response Due
2/21/2020 12:00:00 PM
 
Archive Date
03/07/2020
 
Point of Contact
Rashiid Cummins, Karen Mahon, Phone: 3014357479
 
E-Mail Address
rashiid.cummins@nih.gov, karen.mahon@nih.gov
(rashiid.cummins@nih.gov, karen.mahon@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Title: � Meeting Consultation Services 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 solicitation number is HHS-NIH-NIDA-CSS-20-003112 and the solicitation is issued as a request for proposal. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-02, with effective date December 23, 2019. The associated NAICS code 541611 and the small business size standard is $15,000,000.00. THIS�REQUIREMENT�IS�SET�ASIDE�EXCLUSIVELY�FOR SMALL BUSINESS. The purpose of this acquisition is to provide the National Institute on Aging (NIA) with consultation services related to diagnosing our meeting management issues and recommending improvements for enhancing our scientific and funding decisions meetings to be more efficient. The consultation will also include recommendations for stakeholders on how to improve accountability and should also identify the varying training needs of the organization and propose recommendations to address organizational deficiencies or opportunities for improvement. ����������� Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the�Statement of Work as described below. Coaching Services Serve as executive coach to IC Director, which will require at least 1 monthly call lasting 1 hour. Meeting Management Survey key stakeholders of the IC to assess meeting management. Can be a combination of in-person, phone, and online survey tool. Observe a series of NIA OD hosted internal planning and scientific decision-making meetings over a period of 2-3 months through a mixture of in-person attendance or remote attendance as negotiated with the contractor to determine optimal course for observation and diagnosing the issue(s). Conduct meetings with key NIA stakeholders to discuss meeting management concerns to gather additional facts and examples to couple with the contractor�s observations. The contractor shall prepare and provide a report diagnosing the issue(s) and proposed action plan and/or additional coaching sessions for leadership staff. Summarize all gathered data provided from the IC, stakeholder interviews, and meeting observations. Determine the need to observe additional needs or further data collection such as additional stakeholder interviews etc. Provide problem identification and recommendations report in the format of slides or narrative report. Debrief with NIA Director, Deputy Director, and EO. Present recommendations to NIA Senior Leadership � or work with director to craft presentation. Assist with communication plan for the change management approach. Observe at minimum 3 future meetings to determine if changes are effective or if modifications are needed. Training and Development Use the Federal Employee Viewpoint Survey (FEVS) results and other organizational metrics to identify opportunities for targeted improvements within intramural and extramural divisions. Use survey instruments to identify key training needs and organizational priorities. Training Workshops on the following topics: Sexual Harassment in the Science Workplace � This will be a mandatory training session for at least 250 employees. At least 10 separate workshops to be conducted in the Bethesda and Baltimore locations Leadership Skills for Scientist- Including negotiating and difficult conversations. At least 2 separate workshops to be conducted in the Bethesda and Baltimore locations. Mentoring and Management for Scientists. At least 2 separate workshops to be conducted in the Bethesda and Baltimore locations. Presentation Skills for Scientists. At least 2 separate workshops to be conducted in the Bethesda and Baltimore locations. Interviewing Skills and How to Give a Job Talk for Scientists. At least 2 separate workshops to be conducted in the Bethesda and Baltimore locations. Performance Management for Scientists. At least 2 separate workshops to be conducted in the Bethesda and Baltimore locations. Organizational Development Advise NIA leadership on strategic planning initiatives and provide recommendations for how to effectively manage organizational growth. Develop a plan and recommend strategies to improve organization health, trust, accountability, and open communication. � The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 1 year from date of award with two 1-year options. The following FAR provisions shall apply to this solicitation: 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-26 Covered Telecommunications Equipment or Services � Representation (DEC 2019) 52.212-1 Instructions to Offerors--Commercial Items (OCT 2018) 52.212-2 Evaluation--Commercial Items (OCT 2014) 52.212-3 Offeror Representations and Certifications � Commercial Items (OCT 2018) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors that will be used to evaluate the offer, price and other factors considered, include ability to meet the technical requirements stated in this CSS and on basis of best value to the government. Technical and past performance, when combined, are significantly more important than price. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The following clauses apply to this acquisition and are incorporated by reference: 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference Representations and Certifications (DEC 2014) 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2020). The following clauses within 52.212-5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Equal Opportunity Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer � System for Award Management (JUL 2013)52.217-8, Option to Extend Services (Nov 1999) � 15 Days 52.217-9, Option to Extend the Term of the Contract (Mar 2000) �� fill ins: 15 days, 30 days, 2 years and 6 months 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: NIH Invoice and Payment Provisions (2/2014) � A 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 a written notice of withdrawal is received before award. � There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Responses shall not exceed 10 pages, excluding pricing information. � The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. � All offers must be received by Friday, February 21, 2020 at 3:00 pm Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-CSS-20-003112. Responses must be submitted electronically to Rashiid Cummins at rashiid.cummins@nih.gov� Fax responses will not be accepted. The name and of the individual to contact for information regarding the solicitation: Rashiid Cummins Contract Specialist rashiid.cummins@nih.gov�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/72dfac5f340f4e9e859415bbcd628a10/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN05555640-F 20200212/200210230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.