Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

R -- CONSULTING SERVICES (LOGISTICS TRANSFORMATION PLANNING)

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133N-04-LOGSUPI
 
Response Due
7/1/2004
 
Archive Date
8/30/2004
 
Point of Contact
christine epps, 703-607-1279
 
E-Mail Address
Email your questions to National Guard Bureau, Environmental/Air Acquisition Division
(christine.epps@ngb.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. GAS HOLDERS ONLY!!!!!No formal solicitation will be issued but a statement of work follows below. This is a ONE (1) YEAR, THREE (3) OPTION YEARS firm fixed price acquisition. The object ive is to provide the National Guard Bureau (NGB) a capability based Strategic Plan databa se to support Logistics Transformation planning. BACKGROUND The Air National Guard (ANG) has a national defense mission that requires ANG units to deploy air combat, airlift, tanker, rescue, and support units anywhere in the world. Deploying forces are expected to arrive at their deployment location ready for the combat environment with needed capabilities. In addition, the ANG has an air defense mission that requires units to have combat aircraft in a fully armed, alert status and state missions that requires resources not available from other organizations. The new initiative to develop strategic plans based on capability needs requires the Logistics Directorate to reassess resource allocation to insure the ANG remains ready, reliable, and relevant. The Logistics Directorate must prioritize which missions requ i re attention to insure the ANG uses resources in the most efficient way possible 1.0 The objectives of this project are as follows: The objectives of this project are to provide a capability based Strategic Plan database to support Logistics Transformation planning to insure the ANG remains ready, reliable, and relevant and to provide impact, costs, risks, benefits, and recommendations to the ANG Logistics Directorate on transformational initiatives identified in the Strategic Plan. The contractor shall work in a collaborative manner with the ANG Logistics Directorate to address all project issues and ensure that the project results f u lly meet sponsor expectations and requirements. 2.0 Work to be performed: Under this Statement of Objectives, the contractor shall perform project management, planning, tracking and reporting for the following two activities. The contractor shall develo p a strategic plan database to support logistics t ransformation that ANG logistics action officers can use to document and track transformational completion activities in relation to ANG capabilities. The contractor shall also evaluate potential transformational initiatives listed in the Logistics Direc torate Strategic Plan and provide reports outlining the impact, costs, risks, benefits, and recommendations of potential initiatives as agreed upon by both the client and contractor each quarter. The contractor shall prepare and submit a Technical Approac h to execute the SOO as part of the proposal. The Contractor shall prepare and submit a Performance Metrics and Measurement Plan (PMMP) in accordance with standard commercial practices as part of the proposal. The PMMP shall include how the contractor p l ans to measure success/failure and performance. The contractor shall establish a Quality Control Plan (QCP) to ensure all the requirements of this SOO are performed as specified. The QCP shall include a schedule of performance objectives, deliverables a nd describe the process for the quality control (inspection). The contractor shall provide the QCP for review and acceptance not later than fifteen calendar days after award. The contractor shall provide a copy of the quality control plan to the ANG wit hin 24 hours upon request for inspection. 3.0 PERIOD OF PERFORMANCE Period of performance for this task order shall be from date of contract award through Aug 1, 2005 with options to extend for three additional years. The option year periods of performance are as follows: Option Year I Aug 1, 2005 through Aug 22, 2006 Option Year II Aug 23, 2006 through Aug 22 2007 Option Year III Aug 23, 2007 through Aug 22, 2008 4.0 PLACE OF PERFORMANCE Work performed under this SOO shall primarily be on-site at the Air National Guard Readiness Center, Andrews AFB, MD with some travel. Travel shall be 4 trips for 3 days each to the probable locations to provide technical expertise to the ANG Council meet ings. Probable locations for the conferences shall be Hampton, VA, Long Beach, CA, Gulfport, MS and Madison, WI. 5.0 CONSTRAINTS 5.1 Hour of Work: During the term of this task, the ANG shall provide a work area and assigned work sites. The contractor shall be subject to all military rules and regulations while working on a military installation. Normal work hours are 7:30 AM to 4 :30 PM (0730-1630) Monday through Friday, except Federal holidays. 5.2 Travel Estimated travel will be 4 trips for 3 days each to brief various ANG Councils on transformational initiatives identified in the Strategic Plan. Probable locations of the Council meetings will be Hampton VA, Long Beach CA, Gulf Port MS, and Mad ison WI. 5.3 Documentation: The government shall provide the Contractor access to all required Government furnished documents, specifications and other applicable data upon notification. 5.4 Regulations The contractor shall follow all government, state, local and ANG regulations. In addition, the contractor shall comply with the ANG Investigation Protocol (dated June 1998), any applicable executive orders, and also adhere to the base heal th and safety requirements. 5.5 Unauthorized Disclosure: All data retrieved , an all reports concerning the data, shall be property of the United States Government. The contractor shall not publish or disclose such data or reports in any manner and understands that any and all data retrieved and reports concerning the data may on ly be released with the consent of HQ ANG. 5.6 Security Requirements: All civilian personnel shall be US citizens. The contractor shall provide a list of names and Social Security numbers, to base Security Forces for clearance. All contractor personnel shall be required to have a SECRET clearanc e. EVALUATION PROCESS FOR AWARD: Award will be made to the technically acceptable, lowest priced quotation from a responsible Quoter as defined in FAR Part 9, who also has satisfactory record of past performance. Evaluation Factors are as follows: Technica l Approach. Request you prepare a Technical Approach that includes information that demonstrates your technical capability and proven past performance to successfully complete the requirement as outlined in SOW. (Max pages 10) Past Performance: submit t h ree (3) references of similar work performed in the past three years. References should include contract numbers, performance periods, and point of contact with phone numbers. Past Performance elements to be reviewed include quality, delivery, cost con tr ol, and customer service. Execution Plan: Illustrate or discuss the project execution, (Max pages 10).(to include) illustrating the technical approach to project execution, proposed team composition, team member qualifications(NOTE: (1) one no more tha n (2) two persons required), draft quality control plan (QCP), performance metrics and measurement plan (PMMP), subject matter knowledge and experience. (Fifteen-page maximum)(Resumes should not exceed one page in length. The draft quality control plan, t he PMMP, and resumes will not count towards the total number of pages.) Price: submit a firm fixed price quote for the effort outlined in the Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect throu =?646?Q?gh_Federal_Acquisition_Circular_01-21.__QUOTER_SHALL_INCLUDE_A_C?= =?646?Q?OMPLETED_COPY_OF_THE_PROVISIONS_AT_FAR_52.212-3,_Offeror_Represe?= =?646?Q?ntations_and_Certifications-Commercial_Items_along_with_the_firm?= =?646? Q?=C3=A2=C2=80=C2=99s_DUNS_number.__The_North_?= =?646?Q?American_Industry_Classification?= System c ode is __________. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. Within FAR 52.212-5, Contract Terms and Conditi ons Required to Implement Statutes or Executive Orders-Commercial Items, the following clauses are applicable: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-26, Equal Opportunity (E.O. 11246 ) ; FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veter an s and Veterans of the Vietnam Era, FAR 52.225-7, Waiver of Buy American Act for Civil Aircraft and Related Articles; FAR 52.225-5, Trade Agreements Act, FAR 52.232-33, Payment by Electronic Funds Transfer; 52.204-6 Data Universal Numbering System (DUNS) Nu mber, 52.204-7, Central Contractor Registration; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.252-2, Clauses Incorporated by Reference (available at http://www.arnet.gov/far). All responses to this solicitation must be received by 4:00 PM EST on 1 JULY 04. All quotations and/or questions must be submitted in writing to Christine.epps@ngb.ang.af.mil .
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-J8C, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
Country: US
 
Record
SN00609595-W 20040626/040624212255 (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.