Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
MODIFICATION

S -- Amendment 2 to Facilities Management Request for Proposal for Forts McPherson and Gillem, Georgia

Notice Date
5/10/2004
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACA, South Region Contracting Center, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE-04-R-0002
 
Response Due
5/26/2004
 
Archive Date
7/25/2004
 
Point of Contact
Diane Biddy, 404-464-1770
 
E-Mail Address
Email your questions to ACA, South Region Contracting Center
(biddyd@forscom.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The amendment released on May 10, 2004, is official notice that the required response date/time for this Request for Proposal (RFP) has changed from 19-May-2004 04:00 PM to 26-May-2004 04:00 PM. The purpose for this amendment is to make changes to t he RFP W911SE-04-R-0002, Facilities Management Support for Forts McPherson and Gillem and Lake Allatoona, Georgia. Below is a listing of all changes that have been made to this RFP. Replacement pages that reflect these changes have been provided on South ern Region Contracting Center-East??????s (SRCC-E) website. The website address is www.forscom.army.mil/aacc, from there you go to current opportunities and look for the RFP number W911SE-04-R-0002. NOTICE: Please pay special attention to Section C.1 an d C.5 in the PWS. Major changes have been made in these areas. A completely revised Section C is provided at the SRCC-E website. A. Schedule B has been changed to: CLIN 0001AC ?????? Supplies and Materials: NTE with the amount of $302,000.00 has been added to this CLIN. CLIN 0001AE ?????? Special Trade Charges with NTE amount of $30,000.00 has been added to the base period and all option periods. This CLIN provides capability for the Government to reimburse winning offeror for charges paid to make re pairs/changes to the types of special trade equipment located at all areas. B. Section C, sections C.1 and C.5, have many changes. Please review the complete Section C attached. C. Section G, Clause 52.211-4002 Hours of Operation: Normal working hour s have been changed to read 7:00 a.m. to 4:00 p.m., Monday through Friday excluding Federal Holidays and not 7:30 a.m. to 4:30 pm. D. Section I, Clause 52.217-9c has been changed to reflect a total duration period not to exceed 66 months and not 84 month s. E. Section J, List of Documents, Exhibits and Other Attachments, has been changed to include an additional attachment: Attachment 5 ?????? Government Furnished Property (GFP) Listing, 16 pages. F. Section L, paragraph L.3.1.a, has been changed to r ead as follows: a. PART I, Executed RFP Documents to include Sections A, Standard Form 33; and K, Representations and Certifications. G. Section L, paragraph L.4.1, has been changed to read as follows: 1. PART I shall contain the signed original of a ll documents requiring signature of the offeror. This would include the Standard Form (SF) 33. Offerors are cautioned that the SF 33 must contain an original signature in Block 17 of the form. Each offeror shall complete (fill-ins and signatures) and su bmit the original as stated below. An authorized official of the firm shall sign the offer and all certifications requiring original signature. All signatures required in PART I shall be original. Copies of signatures will not be accepted. All amendmen ts to the RFP shall be acknowledged in accordance with the instructions of the SF 33. Section A , Standard Form 33, Solicitation Offer and Award. Acknowledgment of Amendments shall be made on the SF 33; Section K ?????? Representations, Certifications and Other Statements of Offerors; Written proof of HUBZone Certification provided by the Small Business Administration or Pro-Net printout showing certification. H. Section L, paragraph L.4.2.c, has been c hanged to read as follows: c. Offeror shall address their management approach or concept regarding all management reasonable and necessary to support the performance required in the proposal. Management shall show in narrative format general principles c oncerning overall administration and personnel management to include the capability of keeping qualified personnel on the job at all required times as stated in the PWS, phase-in and phase-out procedures, and other required plans and systems. This narrati ve should demonstrate effective use of personnel, adequate supervision and adequate, but not excessive, numbers of personnel for tasks to be performed. Offeror shall submit a list of key personnel who have pro ven qualifications of leadership, education and experience commensurate with the position proposed. Key personnel shall include, as a minimum, a Project Manager, Quality Control Manager, and functional managers such as the Fort McPherson Supervisor and th e Fort Gillem Supervisor and any other personnel deemed as key personnel, as required. For each key position listed, the offeror shall provide a resume for the individual selected to fill that position. In addition, the offeror shall provide any other na rrative or supporting material (matrix, charts, or other graphics) determined necessary for the Government to fully understand the management proposal. Offeror shall provide a staffing plan for off-site back up to include resumes of key personnel to show that corporate staffing is sufficient to back up on-site staff. I. Section L, paragraph L.4.3.e.1, has been changed to read as follows: 1. Relevant Experience: Offeror shall address all recent and relevant performance for the management and operation o f Facilities for total real property to include maintenance, repair, alteration and minor construction, utilities operation and engineering support services for contracts performed or completed within the last four years that are consistent with the size a nd scope of the functions described in the PWS and this overall requirement. Interested offerors must show proof of performing at least one contract within the last four years that required obtaining security clearances at the ??????Secret?????? level (mi nimum) to perform the contract. DD Form 254, DOD Contract Security Classification Specification, is attached (Attachment 4) for convenience in applying for the security clearances required for this contract, if you are the awardee. In the event an Offero r has no relevant past performance data, offerors are reminded that they may submit the information required for the Past Performance Proposal on key personnel, major subcontractors, work performed as part of a team or joint venture, and other reincarnatio ns of its current organization. The intent is to allow firms without prime contract history to provide past performance information. J. Section M, paragraph M.1.1, has been changed to read as follows: The requirement covered under this Request for Prop osal (RFP) is set aside as a competitive HUBZone procurement for award. The winning offeror shall be a certified HUBZone contractor and be able to provide SBA certification of this fact either from SBA or ProNet. K. Section M, paragraph M.4.1.a through i, have been changed to read as follows: 1. Management/Technical Capability. The Government??????s evaluation team will evaluate proposals to determine technical capability. Within the management factor, proposals will be evaluated on Management Appro ach (personnel hired, to include the staffing of qualified workers and equipment used to perform the work outlined in the PWS), Plans and Staffing. The plans shall be included in the Operational Plan Section of the PWS (Section C.1.7). The subfactors of Management Approach, Plans and Staffing are of equal importance in value. The Management/Technical Proposal shall show: a. Clearly and comprehensively demonstrate the ability to provide services in each of the PWS functional areas. b. Demonstrate a re asonable and concise management approach that exhibits the offeror fully understands the overall requirement and can perform all PWS requirements for the total proposed price indicated in its proposal. c. Effectively demonstrate how its application of pe rsonnel, Government furnished property and facilities, contractor furnished property / equipment / material and other resources will be utilized to accomplish each service within each of the functional areas of the PWS. d. Adequately demonstrate an appro ach for acquiring parts, materials and supplies to satisfy contract requirements and how inventory will be managed. e. Provide adequate staffing to support al l workload/task areas identified in the PWS based on submission of manning charts that identify and key the manning to each PWS functional area as applicable. f. Demonstrate clear and concise plans and methodology that specifically address how the offero r will perform all required functions from Section C PWS as related to quality control; fire, safety and accident prevention; physical security; contingency operations; property control system; phase-in and phase-out operations. g. Adequately demonstrate a management approach to accomplishing basic functions of planning, organizing, and controlling each function in the organizational structure to include interface with functional areas, inventory, and identification of internal control processes and proce dures. h. Provide key personnel with qualifications that demonstrate their ability to successfully manage and operate consistent with the size and scope of the requirements described in the PWS. i. Possess recent, relevant contract experience that demo nstrates the offeror??????s specific knowledge and capability to provide management and to operate consistently with the size and scope of the requirements described in the PWS. j. Offerors must detail their company benefits and upward mobility programs that will enhance a firm??????s opportunity to retain qualified and trained personnel. L. The below listing shows the revised parts of the RFP. You will need to go to the SRCC-E website to review / print these documents for your Proposal Submittal. Als o, with the revised sections of the RFP you will find the questions with answers that resulted from the site visit that was held on April 21, 2004, a listing of the Governmen t furnished property and a revised work load data table. List Of Attachments To Amendment 1: 1. Revised Bid Schedule; 2. Revised Section C ?????? Performance Work Statement; 3. Revised Section J to RFP; 4. Revised Section L to RFP; 5. Revised Section M to RFP; 6. Questions and Answers; 7. Government Furnished Property Listing s; 8. Revised Work Load Data
 
Place of Performance
Address: ACA, South Region Contracting Center-East 1301 Anderson Way SW, Fort McPherson GA
Zip Code: 30330-1096
Country: US
 
Record
SN00583209-W 20040512/040510212258 (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  © 1994-2020, Loren Data Corp.