Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
MODIFICATION

M -- OMB Circular A-76 Cost Comparison Study to Perform Logistics Services Support at U.S. Military Academy, West Point, NY

Notice Date
4/9/2002
 
Notice Type
Modification
 
Contracting Office
United States Military Academy, Directorate of Contracting, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
DAAG60-02-NONE
 
Response Due
4/22/2002
 
Archive Date
5/22/2002
 
Point of Contact
Linda Napolitano, 8459388173
 
E-Mail Address
Email your questions to United States Military Academy, Directorate of Contracting
(Linda.Napolitano@usma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Correction to 8 April 02 Presolicitation notice and additional information. The Pre-solicitation conference will commence at 1:30 pm on 29 April 02. The pre-solicitation site visit will be 30 April through 1 May, beginning at 5:45 am on 30 April. It is anticipated that the Technical Library will be available to prospective offerors during the 29 April to 2 May timeframe. The Technical Library for this requirement will be in three different locations, one for the Cadet Uniform Factory, one for Harborcra ft, and one for all other areas. Contact Linda-Napolitano@usma.army.mil in advance for instructions on how to make arrangements to view the technical library. Since notice information and the solicitation will be provided via the internet, it is the pro spective offeror?s responsibility to ensure that they obtain all information. There will not be a bidders mailing list for this requirement. The following additional information is provided regarding this requirement. All prospective offerors are advised that due to Congressional mandate the tentative award for this requirement must be made by 6 Dec 02. In order to meet this date, it is anticipated that the solicitation will be issued 9 May 02 and proposal closing date will be 9 July 02. Tentatively the evaluation factors for this requirement will be Past Performance, Past Experience, Technical Proposal, Price/Cost, and Small Business Participation Plan. The Technical Proposal acceptability will be on a pass/fail basis. The page limitations for the tec hnical approach portion, excluding the staffing matrix, of the Technical Proposal are anticipated to be: Unit Supply Services 30 pgs; Mission and Installation Logistical Support Services 30 pgs; Property Accounting and Material Management Services 10 pgs; Memorial Affairs and Mortuary Services 5 pgs; Food Services 30 pgs; Uniform Fitting, Manufacturing, Repair, Modification, and Alteration Services 30 pgs; Barber and Beauty Salon Services 5 pgs; Transportation Services 10 pgs; Harborcraft Services 20 pgs; and Information Management Services 5 pgs. Industry comment is requested. It is anticipated that the Technical Proposal Requirements will be as follows. Technical Approach. Technical. The plan shall specifically explain how the offeror will accomplish all of the work outlined in the PWS. The processes that the offeror shall utilize to perform the work shall be clearly delineated. It shall include the hours of work, proposed work schedules, and any other information that is pertinent to the offeror?s pl an for each functional area. It shall also describe how services will interface with cadet schedules and how the offeror will schedule to meet surges that result from cadet?s schedules for Barber Services, Beauty Services, Arms Room, WB4, WB6, and WB9. W ith regard to Food Services, describe how the offeror will respond to changes, type of service, headcount, and food in support of revised requirements which occur within 72 hours of the meal at all Cadet Mess facilities within the firm fixed price. Descri be how the offeror will accomplish food preparation, an essential service, during extremely severe weather conditions. Resources. Explain how the Offeror?s application of personnel, equipment, and other resources shall accomplish the work required. Provid e the following: Staffing. This information shall be provided for the offeror (prime contractor) and all subcontractors. Identify, in a matrix IAW L-2, (this is excluded from the page count) all proposed on-site personnel performing each PWS requirement i dentified by paragraph and separated by CLIN and by position code, position title, category of employment (e.g. permanent, temporary, full time, part time, or seasonal), scheduled work hours, straight and OT hours utilization. The offeror shall clearly del ineate which employees are considered subject to the Service Contract Act, which are positions to be conformed and which are considered in other categories (i.e . Salaried employees). Provide a total hour breakdown for Exempt FTE?s, SCA FTE?s and Conformance Required FTE?s IAW L-3. Provide the supporting documentation/methodology/calculations used to develop the productive hours/man-year. Additionally, a man-hour matrix for first line supervisors and subordinate employees for each function shall be submitted. Describe how you will staff to work around the cadets schedules and how the offeror will staff to meet surges that result from cadet? schedules for Barber S ervices, Beauty Services, Arms Room WB4, WB6, and WB9. With regard to Food Services, describe staffing that will correlate with the offeror?s response to changes, type of service, headcount, and food in support of revised requirements which occur within 7 2 hours of the meal at all Cadet Mess facilities within the firm fixed price. With regard to essential services, describe staffing that will correlate with the offeror?s response to extremely severe weather conditions. Personnel cross-utilization of perso nnel. Methods, if any, for cross-utilization of assigned personnel. Other resources utilization/cross utilization. Address utilization and proposed cross-utilization, if any, of other resources. Management Approach. Prospective offerors are invited to p rovide their input on an appropriate page limitation for Management Approach, exluding position descriptions. The Management Approach encompasses the recognition of the full scope of services and their interrelationships in order to be responsive and time ly. The Management Approach is the Offeror?s description of how the Offeror will be organized and the Offeror?s narrative description on how the Offeror intends to manage personnel, subcontractors, acquire and manage supplies, and equipment resources to s atisfy the requirements of the contract. Describe how the project is to be organized and managed, including the coordination of subcontractors and consultants. It shall specifically address the following areas: Organization and Management. Organization. Provide an organizational chart showing the Project Manager (and the Alternate Project Manager), number of direct supervisors, number of sub-supervisors, and their roles and titles for the offeror and all subcontractors. Explain in detail the procedures t o be utilized to accomplish the basic functions of planning, organizing, and controlling each function, to include the proposed interface(s) between all of the functional areas, the project manager, and with the government. Indicate the type and extent of support to be provided by corporate activities to satisfy the PWS requirements. Provide the supervisor to worker ratios and explain the adequacy of management and supervision. Project Manager?s Authority. Describe the extent and limitations, if any, of t he Project Manager?s contracting authority that will enable him to act independently and make decisions at the work center/project level. Lines of communication/span of control/duties of all first line managers. Identify the lines of communication, span of control, and specific duties of all first line managers, supervisors, leaders, and foremen assigned to the individual functional areas to include, if applicable, such tasks as work scheduling, etc Position descriptions. The offeror is advised that this PWS requires specialty skill, which may not be included in the Service Contract Act Wage Determination. Identify the position code number, position title, and job description of all positions not covered by the Department of Labor wage determination, the minimum skill, knowledge and experience requirement for each such position ? use Form L-1, Position Description, or equivalent; and the methodology to be used for establishing reasonable compensation levels for recruiting and retention of these positions. Contract Administration. Prospective offerors are invited to provide their input on an appropriate page limitation for Contract Administration. Describe in d etail, the controls, methods and procedures the Offeror will utilize to ensure timeliness and quality of all subcontracting efforts and how work will be coordinated. Procurement (Purchasing) system. Describe your proposed system or methods for acquiring r epair parts, materials, and supplies that will be purchased to satisfy contract requirements. Describe how material requirements are determined, how sources are selected, when firm quotes are obtained, what provision is made to ensure quantity and other d iscounts. Specify how the procurement system will interface with established Government systems regarding mandatory sources of supply, as identified in Section C. Detail the manner in which competition will be obtained to establish a fair and reasonable p rice to the Government and describe the controls employed to assure timeliness, quality and accountability of all procurement efforts. To preserve the integrity of the A-76 cost comparison, private sector offerors and the government in-house work force mus t compete on the same scope of work. In this acquisition, the private industry proposals and the government?s in-house work force are required to meet the minimum technical requirements. To assure a level playing field in the cost competition, the privat e industry offerors and the government are cautioned not to exceed the minimum technical requirements.
 
Place of Performance
Address: United States Military Academy, Directorate of Contracting 681 Hardee Place, West Point NY
Zip Code: 10996-1514
Country: US
 
Record
SN00055762-W 20020411/020410063633 (fbodaily.com)
 
Source
FedBizOpps.gov 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.