Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOURCES SOUGHT

R -- Industrial Base Business Development Support

Notice Date
8/14/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0907RFI
 
Response Due
8/20/2007
 
Archive Date
10/19/2007
 
Small Business Set-Aside
8a Competitive
 
Description
This is a sources sought synopsis. Therefore, no award will be made based on this announcement. The Government is soliciting interest Small Disadvantage (8a) firms to provide experience and capability as addressed in this Draft Performance Work Sta tement by COB 20 Aug 2007. Draft Performance Work Statement. 1. GENERAL: 1.1 DESCRIPTION OF SERVICES: The purpose of this Performance Work Statement is to describe the requirement for business development support on behalf of the Tank automotive and Armaments Command (TACOM) Industrial Base Operations (IBO) and its industrial base partner installations. This is a performance-based requirement. This contract shall supplement in-house, organic business development-related capabilities at the following IBO installations: " Anniston Army Depot " Joint Manufacturing and Technology Center - Rock Island " Red River Army Depot " Sierra Army Depot " Watervliet Arsenal The contractor shall appoint a single manager for coordination of all effort under this PWS. Task orders shall be issued for finite, discreet element of work. The IBO or its partner installation may engage the contractor for any or all available services. The value of work ordered under this PWS shall not exceed $10M in any fiscal year. Work may include, but is not limited to, the following tasks: " Development of plans, assessments and strategy " Business development Materials " Business development of direct/target audiences " Staffing of trade shows, symposia and conferences " Consulting and training 1.2 SECURITY: Contractor is responsible for conducting and funding criminal background checks and required fingerprinting if services require access to restricted or classified information. Costs associated with the Office of Personnel Management (OPM) will be paid by the Government. 1.3 EQUIPMENT: Installations will provide necessary Personal Protection equipment (PPE) when contractor is on-site (safety glasses, ear protection) and is required to be in areas where PPE is mandated. Each installation will provide a basic transportabl e business development display and product specific supplemental displays. Installations will be responsible for shipping displays to and from events. All computer work will be performed using only approved Army standard (Microsoft Office Suite, and Adobe ) software. 1.4 LIABILITY: The contractor assumes responsibility for any and all damages, which it causes, to displays and Business Development materials. Displays and Business Development materials which are damaged or broken during the performance of the service s hall be the responsibility of the contractor to replace. Displays and business development materials which are found to need repair or replacement as a result of normal use shall be reported to the owning installation POC. 1.5 INSURANCE: Prior to the award of the contract, the contractor shall be insured and provide the Contracting Officer proof of insurance sufficient to cover the possible liability issues associated with this PWS. 1.6 EXPERIENCE: The contractor and its individual employees shall have a minimum of five (not collective) years of business development and business development experience with Department of the Army. Individuals working with specific installation shal l have 3 years experience with that installation. Knowledge of the Department of the Armys Acquisition Life Cycle and industrial base policies is required. 1.7 PLACE OF WORK: The Contractor will be provided with office space (desk, chair, telephone) on each installation when required to work on-site under this contract. The contractor shall also travel to numerous locations to attend events and develop high opportunity customers and ranking executives. 1.8 ALLOWABLE COSTS: Costs associated with any required service shall be limited to: 1.8.1 Travel expenses, if necessary, will be paid by the Contractor and reimbursed by the G overnment. Travel will be pre-approved by IBO. Travel will be conducted in accordance with DoD standards. Reimbursement will be limited to actual travel costs. Travel hours will be reported in 15 minute increments. 1.8.2 Training costs, if any, will be paid by the Contractor. 1.8.3 Shipping/freight for business development materials approved by IBO or the installation will be at actual cost. 1.8.4 Business development materials at actual cost. 1.9 CONTRACT ADMINISTRATION AND ACCEPTANCE: The contractor shall work under the cognizance of a Contracting Officers Representatives (COR). The Contracting Officer shall assign a Contracting Officer Representatives at the HQ TACOM and at each installatio n. For installation level task orders the installation COR shall direct contractor activity and recommend acceptance of work product and services. 1.10 DELIVERY: The contractor shall commence work within 30 calendar days after issuance of contract award. Delivery orders will specify start and completion dates for each task. 1.11 WRITTEN REPORT: A detailed report of services conducted on behalf of the IBO will be provided to the HQ TACOM COR monthly. Report will include: contact (name, title, organization, address, phone number), date, duration, method of contact (phone, m eeting, etc.), specific topics discussed and a synopsis of contact results, costs, and planned follow-up contact (method and timeframe). Report will be provided by the contractor to the POC by the end of each month. All reports and documentation must be typed. 1.12 ACCESSABILITY: The contractor will be available to senior staff and Business Management Directorates on an as need basis. Contractor will include in monthly written report the contact (name, title, phone number), date, length of time, method of con tact (phone, meeting, etc.), specific topics discussed. The Contractor shall only take direction or tasking from the Contracting Officer or COR. 1.13 MATERIAL: Material purchased for business development IBO and installations will be purchased by the contractor, subject to prior approval. It will be reimbursable at actual costs. 1.14 SOLICITATION: Contractor will work on the sole behalf of IBO and its installations in the execution of this contract. Solicitation on behalf of the contractor or other business entities is a violation of this contract. 1.15 COORDINATION: The following personnel will be involved in the business development services requested in this PWS. They will assist the contractor with business development services; answer questions pertaining to the process or applicable regulati ons; attend meetings; and will review the draft document: " Anniston Army Depot  Mike Osbourne " Red River Army Depot  Dennis Lewis " Rock Island Joint Manufacturing and Technology Center - Sherry Lewis " Sierra Army Depot  Meg Hill " Watervliet Arsenal  Lee Kosowsky 1.16 AVOIDANCE OF CONFLICT WITH OTHER CONTRACTORS. TACOM has engaged a contractor to provide a variety of services at each installation (e. g. market real estate located on Rock Island and Watervliet Arsenals under the ASPI program). This contract is i ntended to supplement, not conflict with any existing contract. As such, the contractor shall immediately inform the COR to resolve any apparent or real conflicts that arise to prevent competition over the same contacts or potential contacts. 2. REQUIREMENTS 2.1. Plans and Strategies. Assist TACOM industrial base entities to create Business Development strategies aimed at fully utilizing their capabilities. These strategies will be heavily related to supporting the strategic planning initiatives above and wil l include both government and private industry targets. Business Development strategies will be tailored to meet individual installation needs and can include one or more of the following: 2.1.1. Develop new relationships and teaming concep ts that best leverage the resources (people, facilities, equipment and real estate) of the industrial organizations in the best and most efficient manner. 2.1.2. Evaluate the strength and weaknesses of the industrial organizations in the context of teaming relationships and partnership potential. 2.1.3. Develop a better understanding of the problems facing the commercial sector and how the TACOM entities can provide value added to their economic growth 2.1.4. Develop demographic analysis of personnel skills and attrition rates and provide a catalog of future training and skill development requirements. 2.1.5. Identify potential teaming opportunities with other DOD industrial base entities. 2.1.6. Develop an understanding of customer profiles and problems to be solved. 2.1.7. Identify opportunities to expand field support services in support of DOD requirements that are under the commercial base control. 2.1.9. Identify opportunities to improve the Director of Logistics (DOL) and other field operations to improve the readiness and support to the War-fighter. 2.1.11.2. Determine potential excess and underutilized capacity and recommend most efficient solutions. 2.1.11.3. Analyze the supply chain and the potential impact of DLA assuming responsibility for the supply chain management in the Depot maintenance operations. 2.1.11.4. Assist with positioning capabilities into the DOD market space. 2.1.11.4.1 Identify best strategies, actions and plans that will contribute to achieving the goals desired. 2.1.11.4.2. Appropriate tactics for positioning capabilities in the DOD market space. 2.1.11.4.3. Identify appropriate marketing tools. 2.1.11.4.4. Positioning materials production and implementation. 2.1.12. Conduct a facilities and equipment assessment to determine facilities and equipment requirements as well as the likelihood of funding availability. Propose solutions to offset funding short falls and include recommendations for public/public and p ublic/private partnering in consonance with other contractor responsibilities identified above. 2.2. Directed Business Development. 2.2.1 Meet with and influence target audiences and key decision makers to market IBO core capabilities, emerging technologies, new business, and promoting success stories. 2.2.2. Identify appropriate points of entry for teaming and outsourcing opportunities within the Original Equipment Manufacturers and first and second tier DOD suppliers. 2.2.3. Better network the TACOM industrial base organic installation to installation and installations to the private sector. 2.2.4. Facilitate interaction and discussions with various potential partners; before, during, and after partnerships have been formed. 2.3. Events 2.3.1. Represent IBO at symposium, expositions, and/or conferences. Representation includes business development IBO core capabilities, emerging technologies, new business, and promoting success stories. 2.3.2. Display set-up, tear-down, and pack for return shipment. 2.3.3 Database of contacts made during event and customer follow-up expectation. 2.3.4 Hand-out of business development materials (business cards, info sheets, etc). 2.4. Consulting and Training 2.4.1. Provide Professional business development and business development training 2.4.2 Conduct Relationship building training 2.4.3. Conduct Market and environmental surveys 2.5. Business Development Materials 2.5.1 Develop / acquire IBO business development materials for distribution 2.5.2 Ship business development materials 3. ADDITIONAL CONTRACTOR REQUIREMENTS: The following are additional Contractor requirements. 3.1. The Contractor shall not employ any personnel for work on this contract who would create a conflict of interest or pose a potential threat to the operational mission or security of the installation and/or its population. Further, the Contractor a grees to use only United States Citizens and employees without felonious criminal history. 3.2. Upon notification by the Government, the Contractor shall immediately agree to remove from the contract any employee(s) not performing IAW the requirements set forth herein. This may be due to lack of demonstrated skill or for failure to comply with applicable instructions, directives, regulations, or policies. 3.3 Contractor shall instruct its employees that they are contractor employees, not Government employees and that they must be diligent in avoiding the natural tendency to act like, and allow Government employees to treat them like, Government employees. 3.4 The Contractor agrees to provide employees who are willing to make effective use of available work time to accomplish assigned tasks, to work 40-hour workweeks, Monday through Friday, coinciding with applicable Federal Holidays, and the normal working hours within the area assigned, mandatory overtime if necessary, and second or third shift if mission needs dictate. Contract employees, however, are not authorized to work in Government work areas unless Government employees are present, to include peri ods of overtime and/or shift changes. Contractor employees are required to notify the COR of every scheduled and/or unscheduled absence. However, the Contractor, and not the Government is responsible for insuring that its employees complete assigned task s and work scheduled hours, etc. The COR is responsible for monitoring the Contractors general performance in these areas. 3.5 All Contractor employees will be required to wear prominently-displayed identification, showing the name of the Contractor, the name of the employee, and the word CONTRACTOR. Government-issued Contractor badges and/or Civilian Access Cards (CAC) ar e not considered acceptable as Contractor identifiers. 3.6. Contractors will be required to answer all telephone calls (and to present themselves at any meetings attended) by identifying themselves with the name of the Contractor, the employee name, and by stating that he/she is a Contractor. Example, ABC Re sources, I am Contractor John Doe. 3.7. Contract employees are required to excuse themselves from meetings where the contract they are working on, the Contractor they are working for, or any follow-on contract is being discussed. Additionally, the Contractor and its employees may not: re nder final decisions affecting governmental matters, supervise Government employees, make mission decisions on behalf of the Government, receive training at Government expense to meet a contract qualification requirements, or represent IBO at policy decisi on-group levels (particularly in financial matters). 3.8 Should execution of this contract require contractor personnel on-site for an extended period of time, the Contractor is responsible for obtaining all necessary Security and Access credentials for new contracted employees, prior to the reporting date. Copies of completed Security documents (i.e., forms faxed to OPM), and any supporting material (copies of court dispositions, etc.), are to be hand-carried to the Security Office, by the new employee, after obtaining an access badge. All documents must be presented to obtain an appropriate Contractors Security Badge. Upon completion and/or termination of a contract employees employment, the Contractor is responsible for insuring all Security ID badges (i.e., Contractors Badge and CAC Card), car decal s, and any other property of the Government is returned to the Government COR in a timely and expeditious manner, for appropriate disposition. NOTE: Failure to comply with this requirement will result in appropriate legal action. 3.9. In the event of catastrophic computer failure or otherwise unavoidable, significant, and unforeseen workload delays, the Government reserves the right to put the Contractors services on hold until such time as work can again commence. Duri ng such times the Contractor employees will not be required to report to work and the Government will not be charged for services. 3.10 Government personnel may, from time to time, observe or inspect the Contractors operations. Further, the Government reserves the right to establish the priority of all work associated with this PWS. 3.11 Contractor personnel will be required to document all work performed and hours worked on the appropriate forms. Completed forms will be reviewed, verified, and signed by the COR. 3.12 Contractor agrees to release contracted employees upon request and without condition, for positions of permanent employment, without cost to the employee or the U.S. Government, and without any specified waiting period or prior employment period. Fu rther, the Contractor agrees to release any and all contracted employees under his/her employ at the conclusion of the contract, without fee or condition to either the employee or the U.S. Government, for assumption of employment under the assuming Contrac tor. This item specifically waives/invalidates such things as Non-Compete Agreements, waiting periods, and all such related items. 3.13 The Government reserves the right to define the portion(s) of this PWS to be contracted at any given time. The Contractor is responsible for providing personnel with the expertise in the required functional skill area to fulfill the requirement at h and. 3.14 The Contractor shall, at all times, remember that its primary point of contact with the Government is through the contracting officer or COR. Only those individuals are authorized to direct work. Apparent directions from other individuals must be a pproved by one of these individuals prior to commencing the work. 4. CONTRACTOR MANPOWER REPORTING. 4.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including sub Contractor manpower) required for perform ance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://Contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officer's Representative b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; e. Estimated direct labor hours (including sub-Contractors); f. Estimated direct labor dollars paid this reporting period (including sub- Contractors); g. Total payments (including sub-Contractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); k. Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); l. Presence of deployment or contingency contract language; and m. Number of Contractor, and sub-Contractor employees deployed in theater this reporting period (by country). 4.2 As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a C ontractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01372269-W 20070816/070814221720 (fbodaily.com)
 
Source
FedBizOpps 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.