Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there.

Similar documents
REQUEST FOR OFFER RFO: For: Business Continuity Program Development Consultant Services. For: Covered California

BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Request for Proposal (RFP) Handbook and Training. TNI Educational Delivery System (EDS) Webinars and Webcasts June 2017

REQUEST FOR PROPOSALS AUDIT

STATIONARY SOURCE AUDIT SAMPLE PROGRAM [VOLUME 1, MODULE 2] GENERAL REQUIREMENTS FOR AN ACCREDITOR OF STATIONARY SOURCE AUDIT SAMPLE PROVIDERS

Request for Proposal for Annual Financial Audit Services

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

Long Beach City Auditor s Office

GROUP 1 AUTOMOTIVE, INC. AUDIT COMMITTEE CHARTER

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Request for Proposal For: 2018 American Bar Association Temporary Services

INSTRUCTIONS TO BIDDERS -- FEDERAL PROJECTS DBE REQUIREMENTS

Microsoft Cloud Agreement Financial Services Amendment

Request for Proposals Professional Audit Services. January 17, 2019

ATTACHMENT D SCOPE OF SERVICES

REQUEST FOR PROPOSAL (RFP)

There are Four areas in the systems transformation process (1) assessment, (2) planning, (3) implementation, and (4) evaluation.

SOURCE SELECTION PLAN. {Insert if Phase I or Phase II} {Insert Project Name} {Insert Project Acronym} SOLICITATION XXXXXX-xx-R-xxxx

ABCANN GLOBAL CORPORATION CORPORATE GOVERNANCE POLICIES AND PROCEDURES

Request For Proposal Of Printing and Design Services. Marketing Department

REQUEST FOR PROPOSAL (RFP)

BID REQUEST. External Quality Assessment Services against the Fair Trade Tourism Standard and Certification System March 2018

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

CONTRACT ADMINISTRATION STANDARD OPERATING PROCEDURES

STATIONARY SOURCE AUDIT SAMPLE PROGRAM [VOLUME 1, MODULE 1] GENERAL REQUIREMENTS FOR STATIONARY SOURCE AUDIT SAMPLE PROVIDERS

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

Request for Proposal Strategic Planning Process and Facilitation

REQUEST FOR PROPOSAL For Legal Services Bid Number:

Gadsden City Schools

REQUEST FOR PROPOSALS

FEDERAL HOME LOAN BANK OF INDIANAPOLIS CHARTER FOR THE AUDIT COMMITTEE

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST

CHARTER OF THE AUDIT COMMITTEE OF THE BOARD OF DIRECTORS OF DROPBOX, INC.

AUDIT COMMITTEE CHARTER REINSURANCE GROUP OF AMERICA, INCORPORATED. the audits of the Company s financial statements;

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Project Executive Compensation Project - 2

CHARTER OF THE AUDIT COMMITTEE OF THE BOARD OF DIRECTORS OF COMPUTER TASK GROUP, INCORPORATED

Energy Auction for the CPV Sentinel Generating Facility

INSTRUCTIONS TO BIDDERS

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

- 1 - IM Scope of Work Activities September 1, 2008

USM Bylaws, Policies and Procedures of the Board of Regents

REQUEST FOR PROPOSALS

NOTICE TO BIDDERS FOR

Purchasing and Procurement Policy

Kentucky State University Office of Internal Audit

CHARTER AUDIT COMMITTEE

Chapter 15. Competitive Negotiation: Evaluating Proposals

Project Overview for the Rights Protection Mechanisms Survey Request for Proposal

Village of Algonquin Request for Proposals Accounting Services

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief

BIOSCRIP, INC. CHARTER OF THE AUDIT COMMITTEE OF THE BOARD OF DIRECTORS

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2018 AASHE Bulletin Advertising Agreement

CONSTRUCTION MANAGEMENT SERVICES

Invitation to Negotiate

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

Request for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016

Project Overview. to the. Request for Proposal. For. PTI SOC2 and SOC3 Audits

Bidding Conditions Attachment C

INVITATION TO TENDER (ITT) TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL pm

Amity School District 4J

SECTION 50 CONTROL OF WORK

Audit Committee Charter for XL Group Ltd

Invitation for Bid - Standard Office Furniture / Task Chair

REQUEST FOR PROPOSALS

INTERNATIONAL STANDARD ON AUDITING 260 COMMUNICATION WITH THOSE CHARGED WITH GOVERNANCE CONTENTS

Request for Proposals (RFP) For A CEO Performance Evaluation Report to the Fresno EOC Board

Project Overview for the Open Data Platform RFP

State of North Carolina Department of Health and Human Services

UNIVERSAL BUSINESS PAYMENT SOLUTIONS ACQUISITION CORPORATION CHARTER OF THE AUDIT COMMITTEE OF THE BOARD OF DIRECTORS

FENCING AND FENCE REPAIR

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

Ohio Public Employees Retirement System. Request for Proposal

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

Improving U.S. Environmental Protection Agency Regulations

CALIFORNIA CHOICE ENERGY AUTHORITY REQUEST FOR QUALIFICATIONS. Management, Operations, and Administration Services

Corporate Governance Principles. As Amended June 7, 2017

BIO-RAD LABORATORIES, INC. (the Company ) Audit Committee Charter

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

HARRIS COUNTY HOUSING AUTHORITY

Non-exclusive right to handle the marketing and distribution for sale of reference materials from the JRC world-wide

Document B101 TM. Standard Form of Agreement Between Owner and Architect

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

AUDIT COMMITTEE CHARTER AS AMENDED AS OF MAY 6, 2015

REQUEST FOR PROPOSALS (A ) Request for Proposals for Environmental Assessments for The Office of Federal Programs

452 S. Saginaw, 2 nd Floor Flint, MI

A. Independence/Composition. The Committee shall be comprised of not less than three members. The members of the Committee:

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

RWA GSA Schedule Contract Prices Contract Number GS 35F-0112J With IFF

INSPECTION SYSTEM REQUIREMENTS

GOODWILL INDUSTRIES OF COLORADO SPRINGS

Certificate of Recognition (COR ) COR Program Guidelines. Infrastructure Health & Safety Association (IHSA) 05/17 1

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

City and County of San Francisco

Transcription:

Request for Proposal (RFP) Evaluating Non-Governmental Accreditation Bodies BACKGROUND The NELAC Institute (TNI) is a 501(c)(3) non-profit organization whose mission is to foster the generation of environmental data of known and documented quality through an open, inclusive, and transparent process that is responsive to the needs of the community. The organization is managed by a Board of Directors and is governed by organizational Bylaws. TNI's vision is a true national accreditation program, whereby all entities involved in the generation of environmental measurement data within the United States are accredited to one uniform, rigorous, and robust program that has been implemented consistently nationwide and focuses on the technical competence of the entity pursuing accreditation. TNI believes such a program will improve the quality and reliability of environmental data used by federal and state agencies. TNI is interested in contracting with an organization or individual to provide special and practical knowledge and ability related to the evaluation of non-governmental accreditation bodies (NGAB) according to TNI s SOP 7-100 (the Evaluation SOP). The associated compliance (technical review) checklist; an application form and a completeness checklist constitute the remaining documentation of the AB application. These documents are available at http://www.nelacinstitute.org/cms/posts/1213937206.php#pab1_5 Statement of Purpose The purpose of this RFP is to solicit applications from parties with the ability to lead the initial evaluations of NGABs. Such evaluation, including document reviews and an on-site evaluation of the program operations, is used to determine the AB s compliance with Volume 2 of the TNI Environmental Laboratory Sector Standard (ELSS) and the AB s governing documents, including its policies and procedures. The current standard in effect is EL-V2-2009, General Requirements for Accreditation Bodies Accrediting Environmental Laboratories, available at http://www.nelac-institute.org/standards.php?pab=1_1#pab1_3 or by purchase from TNI with the ISO language included. TNI seeks to establish one primary contractor thereby minimizing inconsistencies among evaluations. TNI seeks to establish one secondary contractor to be used as needed to reduce the potential for conflicts of interest and provide additional resources to aid in completing timely evaluations. Term The term of any contract resulting from this solicitation shall be for three (3) years, beginning on approximately April 1, 2015, to April 1, 2018, with the possibility of a 3-year renewal period. Any renewal shall be contingent upon satisfactory performance evaluations of the contractor by the TNI Nongovernmental Accreditation Body Recognition Committee (TNRC), the Evaluation Coordinator and the TNI Executive Director. Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there. SCOPE OF WORK The Scope of Work consists of leading evaluation teams to determine the conformance the AB with the established and accepted standard, which is presently all modules of EL-V2-2009. The TNRC with the support of the Evaluation Coordinator (EC) will oversee the entire evaluation program and the activities of the Lead Evaluator (LE). Team compositions will be pre-approved by the TNRC, prior to beginning any work effort. 1

Since this is a new program, the exact number of evaluations to be conducted is unknown, but TNI estimates the number of applicants to be approximately four to six over the course of the 3-year contract performance period. Each team may have a state AB representative and some teams may include an EPA regional staff person representing the region s drinking water program. Other volunteers from TNI s membership may also be used to complete the evaluation team. The governing documents, in addition to the Standard itself, include an application form, a completeness checklist, a Standard Operating Procedure (SOP) for the Evaluation of Accreditation Bodies and an extensive Compliance checklist (aka Technical Review checklist) based upon the ELSS. The TNI standard will also be provided at no charge to the successful bidder. Initial evaluations of NGABs will be scheduled successively with the goal of recognizing all initial applicant ABs at one time. We anticipate that the onsite evaluations of ABs will occur over the late summer and early fall of 2015. Responsibilities The Contractor will conduct reviews of the AB s material as required by the application form and the checklist, and other documents as might be appropriate to establish the capabilities of the AB to accredit laboratories in accordance with the requirements of the standard. In addition to coordinating with the approved evaluation team members, the LE has the following responsibilities: Plan and orchestrate the activities of the team members, from technical review through site visit, observation, report writing and review of all responses to deficiencies or findings; Report any unresolved consistency problems with the evaluation as they occur and provides a report to the TNRC at the completion of each AB evaluation, and at other times requested by the TNRC Chair; Ensure consistency among the teams by documenting common findings and presenting these findings in a summary to the TNRC annually, and at the end of the contract period; Conduct all communications with the AB once the application is received; Provide direction to the evaluation team throughout the evaluation process; Provide quality assurance function to ensure that all AB evaluations are conducted in a consistent manner; Obtain consensus of the evaluation team in preparing the final recommendation of AB recognition status to the TNRC; Notify the EC of all required communications and events; Informing the TNRC and the EC of any issues which may affect EPA or state programs, particularly any concerns affecting the analysis of drinking water; Submit Standards Interpretation Requests (SIRs) on behalf of the evaluation team(s) when needed. Participate in periodic teleconferences of NELAP evaluators and occasionally, participate in NELAP AC meetings as requested. Experience Required Within the first month after award, the awardee must successfully complete a TNI-approved accreditation body evaluator training course, based on the Evaluation SOP, the current TNI standard, and other materials such as the completeness and technical review checklists. This training is available through TNI. The successful applicant will have a Bachelor s degree in either physical or life sciences plus training as either a NELAP assessor or as an EPA Drinking Water Certification Officer OR certification as a management systems lead assessor (quality or environmental) from an internationally recognized auditor certification body. 2

Experience developing or managing a laboratory accreditation program is highly desirable. In addition to meeting education and training requirements above, the successful applicant will have the following attributes: Be familiar with the relevant regulations, accreditation procedures, and accreditation requirements; Have a thorough knowledge of the relevant assessment methods and assessment documents; Be thoroughly familiar with the various forms of records (hardcopy and electronic) used by environmental laboratories and accreditation programs; Be thoroughly cognizant of data reporting, analysis, and reduction techniques and procedures; Have a working knowledge and be conversant with the specific tests or types of tests for which the accreditation is sought Be able to communicate effectively, both orally and in writing; Exhibit sound judgment and appropriate conduct when performing duties associated with any contract awarded through this solicitation Special Conditions Conflict of Interest TNI recognizes that most non-governmental individuals within the environmental laboratory sector will have professional and/or personal experience with either laboratories or ABs that accredit them, and thus it may not be possible to identify an individual, able to fulfill the requirements of this contract, who truly has no potential conflicts of interest (COI) with all of the ABs and the laboratories they accredit. The awardee shall be prepared to declare all such potential COIs for each of the ABs seeking renewal of its Certificate of Recognition, and to negotiate with the AB and the TNRC on the best process to mitigate the potential impacts of such COI. Applicants should describe in general terms the number of potential conflicts they recognize, the length of time that has passed since such potential conflicts occurred, and the possible steps envisioned to minimize actual impacts from such potential COI. Prior to each evaluation, the AB, the TNRC, and the LE must agree that any confirmed COI would not interfere significantly with an impartial evaluation process. Maintenance of Records All documents pertaining to the program contemplated by this RFP shall be forwarded to the TNRC at the completion of the evaluation. Contractor shall provide any documents in the format requested. Contractor agrees to maintain the confidentiality of all records required by law or administrative rule to be protected from disclosure in accordance with TNI SOPs and other requirements. Contractor further agrees to hold TNI harmless from any claim or damage including reasonable attorney s fees and costs or from any fine or penalty imposed as a result of failure to comply with the public records law or an improper disclosure of information and promises to defend TNI against the same at its expense. PROPOSAL FORMAT Interested contractors should prepare a formal proposal that briefly discusses how the contractor will achieve TNI s stated objectives in this proposal. The proposal should also include the following elements: A summary of the approach to evaluating ABs A summary of the contractor s general and specific experience including experience with similar types of evaluations and/or assessments A detailed cost proposal that satisfies the requirements specified in the pricing section below. 3

The proposal should not exceed 10 pages in length, although copies of credentials/certificates will not count towards this total. Description of Approach to Performing Tasks The application shall include a section to provide insight into the Contractor s approach to providing the services specified in this solicitation. Contractors shall address all areas of work, and must demonstrate a thorough understanding and insight into this project. At a minimum, this section should address: A narrative of the methods of service delivery that shall be initiated to fulfill all requirements. Any activities that the Contractor is unable or unwilling to provide. Contractors shall include in their application a proposed staffing plan for technical, administrative, and clerical support. Plans to address record-keeping requirements in accordance with the Evaluation SOP. Applicants shall provide Supporting documentation to verify all credentials claimed. Documentation that the Contractor has experience as outlined under Experience above. Contact information for three (3) entities it has provided with services similar to those requested in this solicitation. TNI reserves the right to contact any and all entities to verify the information provided. Documentation attesting as to whether or not the Contractor has ever been investigated by any of the NELAP ABs for possible malfeasance, and indicate whether the allegations were substantiated. Cost Proposal The Contractor s shall provide a detailed cost proposal Travel need not be addressed in the proposal as it will be paid directly by the applicant accreditation body. Deliverable Requirements Contractor shall submit the following to the Evaluation Coordinator as well as to the AB undergoing evaluation, in accordance with the Evaluation SOP, all documentation required by the SOP to reflect review and analysis of application materials. Specifically, these are The results of the Completeness Review The reviewed TR checklist and transmission of corrective actions needed Correspondence regarding corrective actions for the TR checklist, if offered by the AB An electronic copy of the on-site evaluation report, including itemized deficiencies, within 30 calendar days of the final day of an on-site visit. THIS REPORT SHALL BE SUBMITTED FOR EC REVIEW PRIOR TO DELIVERY TO THE AB Correspondence regarding corrective actions for the onsite report An itemized electronic report of recommendations to approve or disapprove the AB s proposed corrective actions, including the rationale for any recommendation to reject the AB s Corrective Action Plan for a specific deficiency, within 20 days of receipt of the AB s Corrective Action Plan for deficiencies cited in the on-site assessment report, with possibly one additional review cycle Contractor shall provide to the EC, for forwarding to the TNRC the following: The recommendation to the TNRC regarding recognition or renewed recognition of the AB with attached documentation as itemized in the SOP. In addition, Contractor shall submit quarterly reports within 15 calendar days of the quarter s end to the Evaluation Coordinator. Reports Where the resulting contract requires the delivery of reports, delivery of the report to the EC and the AB shall not be construed to mean or imply acceptance of those reports for satisfying the contract 4

requirements. For the site visit report, in particular, the Evaluation SOP specifies acceptance of required reports as a separate act. TNI, upon review by the EC, reserves the right to reject reports as incomplete, inadequate, or unacceptable according to the parameters set forth in the resulting contract. The Contractor may be granted additional time to remedy the objections noted. Performance Measures for Evaluation of Contractor Performance Any potential renewal of the contract award will be contingent upon successful evaluation of performance based on the criteria described below. These criteria will be reviewed annually during the duration of the contract, and unacceptable performance by these measures will result in a warning and counselling about how to improve performance, with a review 3 months later and again 6 months later. If performance is not acceptable by 6 months after the initial warning, then the contract will be subject to termination at the discretion of the TNI Executive Director GOAL: The resulting contract services shall allow TNI and the TNRC to ensure that ABs are evaluated for conformance with the currently implemented TNI Environmental Laboratory Sector Standard in a timely and cost-effective manner. MEASURE 1: Provider is expected to meet a target of 100% completion for the below tasks: Reviewing applications within required timeframes, once the EC conducts the completeness review and provides the completeness checklist to the LE Scheduling team activities including the on-site visit and observation Conducting the site visit and the observation (shadow assessment) Preparing the on-site report Conducting post-evaluation activities -- review of response to site report and all corrective actions Submission of any and all materials gathered and used during an evaluation to the TNI EC within 20 calendar days of the written request MEASURE 2: Provider is expected to meet a target of 95% completion for the delivery of reports within the timelines specified in the SOP MEASURE 3: Feedback from other evaluation team members using a standardized format indicates ability to work constructively with various evaluators while maintaining professional demeanor with personnel of ABs being evaluated MEASURE 4: AB evaluations conducted in a cost-effective manner actual costs should not exceed estimates in proposal by more than five percent (5%.) Contractor Unique Activities The Contractor is solely and uniquely responsible for the satisfactory performance of the tasks and the provision of the deliverables described above. By execution of the resulting contract, the Contractor recognizes its singular responsibility for the tasks, activities, and deliverables described therein and warrants that it has fully informed itself of all relevant factors affecting accomplishment of the tasks, activities and deliverables, and agrees to be fully accountable for the performance thereof. TNI Obligations TNI and the TNRC may provide technical support and assistance to the Contractor, to assist in meeting the required tasks. The support and assistance, or lack thereof, shall not relieve Contractor from full performance of contract requirements. 5

TNRC Determinations The TNRC reserves the exclusive right to make certain determinations in these specifications. The absence of TNI setting forth a specific reservation of rights does not mean that all other areas of the resulting contract are subject to mutual agreement. PROPOSAL DUE DATE Proposals must be received at TNI by midnight, EDT March 16, 2015. Proposals shall be submitted by email to Jerry Parr at jerry.parr@nelac-institute.org. SUBMISSION OF QUESTIONS Bidders may direct questions regarding this solicitation to Jerry Parr at TNI no later than 1:00 p.m. EDT, March 10, 2015. Questions shall be submitted by email. Questions and answers that affect the bidding process will be made available to all organizations that have indicated they are planning to respond no later than 5:00 p.m. EDT, March 13, 2015. Because this is the only means that will be used to provide responses to questions or to amend the solicitation, applicants should inform TNI if they plan to provide a proposal. PRICE Nothing herein shall be construed to commit TNI to pay any costs incurred by bidders in connection with preparation of a proposal, or to guarantee the procurement of any services. All prices are to be in U.S. dollars. Contractor shall furnish and provide all material, labor, supervision, equipment, and incidentals required for accomplishing the work covered by the Contract, except for the work, materials, services, or equipment to be furnished by TNI or other evaluation team members assigned by the TNRC. The proposal should include fees for time spent reviewing application materials, time spent on-site at the AB, time spent preparing required reports and correspondence (including coordinating with team members) and the individual s travel. EVALUATION CRITERIA Each application shall be evaluated based on the criteria outlined below. Evaluation sheets shall be used by the reviewers to determine if the Applicant meets the criteria. TNI reserves the right to accept or reject any and all applications, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if TNI determines that doing so shall serve the program s best interests. TNI may reject any response not submitted in the manner specified by the solicitation documents. TNI will review all proposals that are received by the deadline in accordance with the following criteria: Relevance of proposal to TNI s objectives and priorities; Technical merit; Competency of the proposed staff; Feasibility of the proposal; Adequacy of the applicant's resources; and Cost. The anticipated award date for this contract is March 23, 2015. 6

EXCEPTIONS, EXCLUSIONS, OR SPECIAL CONDITIONS This solicitation permits the bidder to impose exceptions, exclusions, or special conditions. However, the bidder is hereby advised that any such exception, exclusion, or special condition may render your proposal non-responsive, which would preclude an award to you. Any exception, exclusion, or special condition the bidder wishes to include or impose must be fully and completely described in a written attachment to the Bidder s proposal. 7