Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

R -- Contract Closeout Support for C-E LCMC Acquisition Center

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-R-D212
 
Response Due
9/15/2005
 
Archive Date
11/14/2005
 
Point of Contact
mark junda, 7325328344
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(mark.junda@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; pr oposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This solicitation is issued as a request for pr o posal (RFP) as a small business set-aside from C-E LCMC Acquisition Center, Fort Monmouth, NJ 07703, AMESL AC-CA-RT-P, and the number assigned to it is W15P7T-05-R-D212. The proposed action is for a four (4) month, Firm-Fixed Price type contract. The Cont ractor will perform contract closeouts on 435 contracts for the period of 30 September 2005 through 31 January 2006. The contracts will be closed out in accordance with all Federal and Defense Rules and Regulations, and CE-LCMC Policies and Procedures. Th e contractor can invoice monthly, and will be paid for each contract closed out during subject calendar month at a rate of the total proposed cost divided by 435. Army Working Capitol Funds, Army appropriations will be utilized for this effort. The Gove rn ment will provide office space, computers, phones, fax, email, supplies and access to applicable areas and databases for contract closeout for up to three personnel. Travel is not anticipated but will be in compliance with the Joint Travel Regulation (JTR ) . Contractor employees will be required to sign a non-disclosure statement. Offerors are required to complete and submit a copy of the FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items; this provision is to be sent as a se parate electronic attachment. Proposals must be submitted by 15 September 2005 at 1600. The anticipated award date is on or around 23 September 2005. The NAICS code for this acquisition is 541611 with the small business size standard being under $6M. Pl eas e contact Mark Junda, mark.junda@mail1.monmouth.army.mil, 732-532-8344, with any questions or concerns. The US Army CECOM has established the IBOP website as part of the Army's Single Face to Industry, to allow electronic posting of Solicitation for Re ques t for Proposals (RFP's), Request for Quotations (RFQ's), and Invitations for Bids (IFB's) from C-E LCMC to industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at h ttp:/ /abop.monmouth.army.mil See Numbered Notes 1. FAR 52.212-2 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 ot her factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Past Performance 3. Technical Capability (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror wit hin t h e time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of fers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there a re nego tiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses are incorporated by reference: 52.222-3 Convict Labor. 52.219-14 Limitations on Subcontracting. 52.222-21 Prohibition of Segregated Fa cilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disa bled Vet erans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Pu rchases 52.212-4 Contract Terms and Condit ionsCom m ercial Items 52.232-29 Terms for Financing of Purchases of Commercial Items 252.232-7003 Electronic Submission of Payment Requests 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration 52.237-3 Continuity of Services *** ANSWERS T O SUBMITTED QUESTIONS*** Q1. Are these all Firm Fixed Price with evidence of physical completion? If not can you give an approximate mix of PO/DO, fixed price contracts, labor hour, IDIQ, and cost reimbursable contracts? A1. A mix of all types of contracts including cost will be supplied. Coordination with ACOs and DCAA will be required. We have both DCMA and DCAA liaisons in house. No approximate mix can be given at this time. Q2. Does this include IDIQ contracts with delivery orders that are not part of t he 435 count, and if so are we required to document closeout of individual delivery orders before closing the contract? A2. Individual DOs must be closed out. A DO is considered as a closed out contract in the 435 count. Q3. Are the physical fil es in good order, and/or will the contractor be required to reconstruct missing award/modification or other significant documents? A3. Most files are in good order, however reconstruction of files and transferred work from other buying activities will exis t. Q4. Will we have a single CO/KO as point of contact for signing off on closeouts, or will we be working with various COs/KOs? A4. A CO/KO is designated as a team leader. However coordination with the CO/KO of records may be required. Q5. Will contracts be consider ed closed when payment is authorized, or do the records have to be closed in DFAS? A5. Closeouts are considered complete for the 435 count when brought to a point inherently governmental remaining. If a de-obligation is required the amount is t o be noted b y the closeout contractor but does not need to be cleared through DFAS to count fo r the 435 count, provided the work submitted was in accordance with the standards in the PWS. Q6. Am I to understand you correctly, that at each contract close out that time s the rate per contract (contract x rate = billing dollars amount). A6. The contractor will be paid a rate per contract closed out. ie: If the contractor performs 30 contract closeouts in a month, and the rate per contract is $2, they will bi ll as follows: (# of contracts closed out) x (amt per contract closed out) 30 x $2 = $60 Q7. Will a proposal be required or can a contractor submit a GSA Schedule? A7. This acquisition is not being procured through a GSA Schedule. Therefore a proposal shou ld be submitte d in accordance with the synopsis posted to the ASFI/FedBizOpps website on 31 August 2005. Q8. Would the Government consider a different NAICS code for this procurement? A8. The current NAICS code, 541611, best reflects the type of effort de scribed in the PWS. No waivers will be granted. Q9. What is the expectation on the part of C-E LCMC Acquisition Center, in terms of number of personnel (minimum & maximum) that is made available to complete this project in the span of four months as requir ed? A9. The contractor should determine the necessary number of personnel. However, offerors are cautioned that the Government will only provide facilities for up to three (3) employees. Q10. What is the average age of the Contracts to be closed? Are they fairly current? A10. The contractor can expect a variety of contracts to be closed out. No further information will be given in regards to the contracts to be closed. Q11. Are all the Government Task Leads/Action Officers located at Fort Monmouth? A11. No information regarding this question will be released. Q12. Is this currently being performed by the Government or a contractor? If contracted out, who is the incumbent? A12. Viatech Inc. is currently supporting this effort. Q13. What is the value of the current contract and how many contracts are to be closed out? A13. The current contract is a T&M contract. The total estimated value of the c the current contract is $270,960.00 and the estimated amount of contracts to be closed out is 1280. COMMUNICATIONS-ELECTRONICS LIFE CYCLE MANAGEMENT COMMAND ACQUISITION CENTER (C-E LCMC) CONTRACT CLOSEOUT PERFORMANCE WORK STATEMENT *********PWS********* The Contractor will perform a minimum 435 contract closeouts for the period starting 30 September 2005 thru 31 January 2006. The contracts will be closed out in accordance with all applicable Federal, Defense and Army Rules, Regulations and CE-LCMC Pol icies and Procedures. The Contractor will coordinate contract closeout with the Defense Contract Management Agency (DCMA) and other Procurement Activities when applicable. DD Form 1597, Contract Closeout Checklist will be used by the contractor. Upon compl etion of the closeout process by the contractor, the Contractor will submit a completed DD1594 Contract Completion Statement to the Acquisition Centers assigned Closeout Contracting Officer Team Leader for signature, and disseminate it to the distribution as identified by the Closeout Contracting Officer Team Leader. In addition to the other remedies set forth in the Contract, if the contractor fails to meet this 435 contract closeout minimum, in accordance with the acceptable standard outlined in this Per formance Work Statement (PWS), the Government is entitled to an adjustment to the contract price at a per contract cost that equals the contract price divided by 435 (contracts) for each contract that the contractor fails to close. The government understa nds the ability to meet this goal is predicated upon the mitigation of all government impediments to the contractors performance in following the process of closing out contracts. The contractor will be given credit for a contract closeout when it has been brought to the level where it is ready for closeout meeting with the acceptable work standard outlined in this Performance Work Statement (PWS). The Contractor will also be given credit when the contract closeout is brought to a level that an inherently g overnment issue or action is prohibiting its closeout. Issues of this nature may include unliquidated obligation resolution, de-obligation, patent right determinations and issues inherently governmental beyond the scope or authority of the contractor. The contractor will document the existence of these issues in the Acquisition Center, C-E LCMC, Closeout database. The assigned Contracting Officer Team Leader will review and either concur or disagree on these issues. The intent of this review is to ensure th e Contractor and Government are mutually apprised of issues impacting contractor performance and ensuring they are correctly identified so both the government and contractor mitigates their existence and does not inappropriately penalize the contractor. T o facilitate identification of impediments and status of contract closure, the contractor will keep a listing by contract number of all contracts being worked on and closed in the Acquisition Center Closeout database. The Acquisition Center Closeout databa se is in Access. The database has a remarks field that the contractor will utilize to identify the stage of contract closeout status and any impediments to closure of the individual contract. In a monthly report the Contractor will identify by contract nu mber any governmental impediments the government needs to resolve to facilitate contract closure and the number of contracts closed for the month. The contractor will submit to the Contracting Officer Team Leader this monthly report. This is the only repor t required. The contractor will be given the pool of closeable contracts at the start of the contract and they will disseminate to the Acquisition Center C-E LCMC Sector Chiefs the contract numbers of the contracts they will be working on to close during the contract performance period. The contractor will coordinate this workload as necessary with the Sector Chiefs. In event the government performs a concurrent or redundant closeout action to the contractor on contracts that the contractor has identified they will be working on; the contractor will be given credit for the closeout action. The Government will provide office space, computers, phones, fax, email, supplies and access to applicable areas and databases for contract closeout for three personnel. Travel is not anticipated but will be in compliance with the Joint Travel Regulation (JTR). All Contractor employees working on this contract will be required to sign a non -disclosure statement. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAB07/W15P7T-05-R-D212/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00894587-F 20050915/050913213807 (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.