Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

R -- DSCA Strategic Plan Update

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-09-R-0005
 
Point of Contact
Janet M Szatmary,, Phone: 703-601-3728, Ali Beshir,, Phone: 703-602-1341
 
E-Mail Address
janet.szatmary@dsca.mil, ali.beshir@dsca.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION/SPECIFICATIONS: 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. This solicitation number HQ0013-09-R-0005 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. The solicitation is being issued as 100% small business set aside. The North American Industry Classification System Code (NAICS) for this requirement is 541611 Administrative Management and General Management Consulting Services. The applicable size standard is $7 million in sales. All responsible sources may submit a proposal, which, if timely received, may be considered by the Government. Subject solicitation will close 23 March 2009, 12:00 a.m. EST. All questions must be submitted by 09 March 2009, 12:00 a.m. EST. All proposals should be completed and submitted by 23 March 2009, 12:00 a.m EST. This resulting contract will have a one year base with two (2) option years. Description of Supplies/Services: The contractor shall provide services in support of a formal update to the existing DSCA Strategic Plan along with supporting subordinate element implementation plans and follow-on implementation support. The proposal shall include the following information to be considered: Detailed pricing for the base year and all option years for all services described below. The purpose of this requirement is to provide the necessary level of administrative, professional, and technical support required to facilitate the overall objectives of the DSCA. The contractor shall provide those services, personnel, materials, and related equipment to support a formal update to the DSCA Strategic Plan along with supporting subordinate element implementation plans and follow-on implementation support. This support is vital to the mission of DSCA in light of recent changes to the agency’s missions and functions and the promulgation of higher-level strategic plans and documents. Included will be a review of existing plans, development of implementation methodologies, and sustainment of a capability for DSCA employees to link individual job objectives under the National Security Personnel System (NSPS) to performance to the organization’s mission, strategic goals and objectives. Contract line items are as follows: 0001; Strategic Plan Update, 12 x Month; 1001 Strategic Plan Implementation Monitoring, assessment and revision, 12 x Month; 2001 Strategic Plan Implementation Monitoring, Assessment and Revision, 12 x Month The anticipated period of performance for the base year is 15 May 2009 through 14 May 2010. PERFORMANCE BASED WORK STATEMENT The Contractor shall provide professional, administrative, and technical services in support of the Strategic Plan update. Specific work shall include, but not be limited to the following: Performance Objective No. 1: Preparatory Support a. Providing management assistance and support for pre-update preparations including but not limited to development and submission of a project plan and timeline of key events; a review of existing formal plans and guidance; conduct of surveys and focus groups as needed. Performance Measure: Preparatory Deliverables Performance Standards: Preparatory deliverables are provided within the time frames specified in paragraph 11 of this performance work statement (PWS). Planning meetings are conducted as scheduled and supported as required. Method of Surveillance: 100% inspected b. Providing regular status reporting on planning progress, survey results, and sub-contracting activities if applicable. Status reporting will consist of weekly updates. Performance Measure: Delivery of Status Reports Performance Standard: Status reports detailing preparatory support activities are provided weekly in written or electronic format to the DSCA Contracting Officer Representative (COR) following the initial coordination meeting after contract award. Method of Surveillance: 100% inspection Performance Objective No. 2: Strategic Plan Update Support a. Designing, developing and producing a comprehensive revised organizational Strategic Plan. Performance Measure: Production of working draft and final documents Performance Standard: Documents will be produced within timeframes specified in para. 11 of this PWS. Method of Surveillance: 100% inspection b. Providing facilitation and technical support during various meetings and “offsite” conferences and discussions organized to consider updates/changes to the agency’s mission, vision, and values and to its Strategic Plan. Performance Measure: Facilitation and Support of Meetings Performance Standard: Meeting venues are obtained, administrative support materials are procured and in place at the start of each meeting, and meetings begin on time. Method of Surveillance: 100% inspection c. Providing qualified personnel to conduct the Strategic Plan update Performance Measure: Qualification of contractor personnel Performance Standard: 100% of personnel possess background, education, and experience in strategic planning appropriate to their assigned responsibilities as specified in para. 9 of this PWS. Method of Surveillance: 100% inspection of personnel qualifications and observation of performance Performance Objective No. 3: Implementation Support Providing support to implement the updated Strategic Plan including but not limited to design and development of Directorate Implementation Plans, and training for employees and supervisors. Performance Measure: Performance of Implementation Support Activities Performance Standard: Implementation support deliverables are completed within the time frames specified in para. 11 of this PWS. Method of Surveillance: 100% inspection PERIOD OF PERFORMANCE The period of performance shall be one base year commencing on date of award with two (2) one-year options. It is envisioned that the bulk of the work (prepararation, development, and implementation of the strategic plan) will take place during the base year with only the monitoring of implemetation action, the conduct of assessment activities, and slight plan modifications necessary during the option years, if exercised. PLACE OF PERFORMANCE The place of performance shall be the Washington, DC metropolitan area during the period of performance. Offeror is responsible for insuring that meetings and activities in support of the DSCA Strategic Plan update do not conflict with the following federal holidays: DatesEvent/Holiday 25 May 2009Federal Holiday (Memorial Day) 3 July 2009Federal Holiday (Independence Day) 7 Sep 2009Federal Holiday (Labor Day) 12 Oct 2009Federal Holiday (Columbus Day) 11 Nov 2009Federal Holiday (Veterans Day) 26 Nov 2009Federal Holiday (Thanksgiving Day) 25 Dec 2009Federal Holiday (Christmas Day) 1 Jan 2010Federal Holiday (New Years Day) 18 Jan 2010Federal Holiday (Martin Luther King Day) 15 Feb 2010Federal Holiday (Presidents’ Day) 31 May 2010Federal Holiday (Memorial Day) SPECIAL INSTRUCTIONS/CONSIDERATIONS a. Security of Data. No data provided to, or developed by, the contractor shall be used for any purpose other than this delivery order. All data will be appropriately safeguarded to preclude disclosure to unauthorized individuals and/or organizations. All information (data files, and hard copy) becomes the property of the U.S. government and the contractor shall return them to the DSCA at the completion of the task. b. Force Majure (“ACTS OF GOD”). The performance of this agreement by either party is subject to acts of God; war; acts, regulations, or orders of governmental authority; terrorism; epidemics, riots, disaster; fire, flood, or explosion; communication line failures, power failures, earthquakes, other man-made or natural disasters; fuel or water shortage; strikes, lockouts, labor controversy, work stoppage, or other restraint of labor, either partial or general from whatever cause. c. Either party may terminate or suspend its obligations without liability under this agreement if such obligations are delayed, prevented, or rendered impractical by any of the above events to the extent such events are beyond the reasonable control of the party whose reasonable performance is prevented or rendered impractical. This agreement may be terminated without liability upon breach of any material term of this agreement provided written notice of terminations is given by the canceling party to the non-canceling party. d. For the purpose of this statement of work, terrorism is defined as acts of persons acting on behalf of or in connection with any organization which carries out activities within the United States directed toward the overthrowing or intimidating the United States government by violence or other force, which is intended to cause serious bodily injury. War is that which is declared by Congress. The parties may, however, agree to go forward on such terms and conditions that may be negotiated, but such obligations shall only be in accordance with the agreement. TRAVEL All travel shall be in accordance with the Government’s Joint Travel Regulation (JTR) or Federal Travel Regulation (FTR) and approved by the Contracting Officer Representative (COR) prior to travel. Travel vouchers and supporting documents must be presented to the COR for payment within 10 days after completion of the travel. A reimburseable travel CLIN will be established when required. GOVERNMENT POINT OF CONTACT The government COR for contract award is Mr. Fred Beauchamp, 703-601-3852 and the email address is Fred.Beauchamp@dsca.mil. For all contracting questions, contact Ms. Janet Szatmary, Contracting Officer, at (703) 601-3728. PERSONAL QUALIFICATIONS The contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must reflect experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of this task order, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements. Additionally, the government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the contractor in performance of work shall be fully capable of performing the contemplated functions of the respective labor categories in an efficient, reliable, and professional manner. Computer skills required: Word, Excel, PowerPoint, and skill in using multimedia creation software to produce publication-ready materials. SECURITY REQUIREMENTS Contractor personnel require a Secret clearance. The contractor shall comply with DD Form 254, Department of Defense Contract Security Classification Specification, and DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). The contractor shall ensure all employees have the required security clearances and/or required background checks equal to or greater than the classified information to which they are granted access. The contractor shall work with the DSCA Security Officer on all security-related issues. DELIVERABLE Deliverable Due Date Draft/Final Project Plan W/MilestonesWithin 10 Business days of contract awardFinal Mission, Vision, Values, Core Competencies No later than 60 business days of contract awardFinal Strategic PlanWithin 75 business days of contract awardDraft Strategic PlanWithin 110 business days of contract awardFinal Directorate Implementation Plans Within 30 business days of formal approval of Strategic Plan Draft Directorate Implementation Plans Within 60 business days of formal approval of Strategic Plan Final Assessment MethodologyWithin 60 business days of formal approval of Strategic Plan Draft Assessment MethodologyWithin 90 business days of formal approval of Strategic Plan Final CONTRACT TYPE Upon award, this PWS statement will result in a Firm Fixed Price (FFP) Contract with a reimbusrthe travel CLIN some cost reimbursable CLIN’s for support materials and travel. All other CLINs are FFP. Invoicing Procedures a. Invoices should be submitted to the following addressee: Defense Security Cooperation Agency (DSCA) ATTN: Fred Beauchamp Strategic Planner, Strategy Directorate 201 12th Street, South, Ste 203 Arlington, VA 22202 (703) 601-3852 Email: Fred.Beauchamp@dsca.mil b. The invoice document shall include, as a minimum, the following information in order to ensure proper payment: (1) Name and address of the contractor (legal and doing business as); (2) Cage Code number; (3) Invoice number and date; (4) Contract Number and/or Task Order Number; (5) Contract line items number(s) and/or subline number for service/delivery rendered; (6) Period of performance covered by invoice; (7) Term of any prompt payment discount offered; (8) Name, title, and phone number of person to be notified in case of defective invoices. CONTRACTOR RISK This PWS is written with explicit performance metrics. The contractor shall adhere to all objectives, measures and standards. The contractor shall NOT perform any duties unless provided by the Contracting Officer. If direction for any task outside of the scope of this PWS occurs, the contractor will be working at risk and will not be reimbursed for services. NO EXCEPTIONS The Offeror’s shall submit a proposal for the total 3 years. Failure to do so may result in rejection of your proposal. The following FAR clauses and provisions apply to this requirement: 52.212-1, Instructions to Offerors - Commercial Items (Jun 1999). 52.212-2; Evaluation - Commercial Items (Jan 1999). 252.232-7003, Electronic Submission of Payment Request (Jan 2004) 52.212-4, Contract Terms and Conditions – Commercial Items (May 1999). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 1999). This will be a best value procurement, price and other factors considered. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals: 1. Past Performance Subfactor A: Quality of Service; Subfactor B: Timeliness of Performance; Subfactor C: Customer Satisfaction 2. Technical Capability Subfactor A: Understanding the Work; Subfactor B: Management of Operations; Subfactor C: Proposed Personnel 3. Management Approach. Subfactor A: Commitment to the Project; Subfactor B: Staffing Plan; Subfactor C: Quality Control Plan 4. Price - no subfactors 4.2 Relative Importance Past Performance is most important. Technical Capability is less important than past performance. Management Approach is less important than technical capability. When combined, all non-priced factors are significantly more important than price. Any and all past performance surveys (survey attached) must be submitted to the Contracting Officer by the closing date and time. A copy of these representations and certifications must be submitted with proposal. 52.212-4, Contract Terms and Conditions – Commercial Items (May 1999). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 1999), with the following checked subparagraphs (b), (1), (5), (15), (16), (25); 52.217-5 Evaluation of Options (Jul 1990); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Terms of the Contract (Mar 1989); 52.252-2, Clauses Incorporate By Reference (Feb 1998) with the following insert www.farsite.hill.af.mil and www.arnet.gov/far ; 252.225-7000, Buy American Act; 252.212-7000, Offeror Representation and Cerifications - Commercial Items. Offerors may submit questions via email no later than 1100 March 09, 2009. All offerors are required to submit one original and two copies of the Technical Proposal and Cost/Price Proposal to Defense Security Cooperation Agency, DBO-CON, 201 12th Street, South, Suite 203, Arlington, VA 22202-5408, Attn: Janet Szatmary. All offerors are required to submit an email copy of the Technical Proposal and Cost/Price Proposal to Janet.Szatmary@dsca.mil. PAST PERFORMANCE SURVEY HQ0013-09-0005 Strategic Plan Update Fax to 703-602-1671 I. Evaluation of Offeror: Company/Division Providing Services: ________________________________________________________________________ Address: ________________________________________________________________________ Description of Services Provided: ________________________________________________________________________________________________________________________________________________ Contract Number: _____________________ Dollar Value (Annual): _______________ Performance Period: ___________________Performance Location: _______________ Type of Contract: Check One: Fixed Price ______Cost Reimbursement ______Other (Please Specify) ______________ Check One: Negotiated _______Sealed Bid ______Competitive ________Non-Competitive _______ Basis of Payment: Commodity ________Labor/Equipment Hours ______Other (specify) _______________ Type & Extent of Subcontracting:___________________________________________________________ II. Evaluated by: Company/Organization/Address: ________________________________________________________________________ ________________________________________________________________________________________________________________________________________________ Name & Title: ________________________________________________________________________ Signature: ________________________________________ Date: ________________ Telephone: _________________________FAX: ____________________________ III. Evaluation: Please answer questions 1 through 15 using the following criteria. Circle only one response per question. For elements rated "unsatisfactory", please comment on the specific problem(s) or performance failure(s) that prompted this rating. 4 - Exceptional:Performance met and exceeded many of the contractual requirements to the organization's benefit. The contractual performance of the element being evaluated was accomplished with few minor problems for which corrective actions were highly effective. 3 - Very Good:Performance met and exceeded some to the contractual requirements to the organization's benefit. The contractual performance of the element being evaluated was accomplished with some minor problems for which corrective actions were effective. 2 - Satisfactory:Performance met contractual requirements. The contractual performance of the element being evaluated was accomplished with some minor problems for which corrective actions were satisfactory. 1 – Marginal:Performance barely met contractual requirements. The contractual performance of the element being evaluated reflects a serious problem for which corrective actions have not yet been identified, appear only marginally effective or were not fully implemented. 0 – Unsatisfactory:Performance did not meet some contractual requirement and recovery is not likely in a timely manner. The contractual performance of the element being evaluated reflects serious problems for which corrective actions were ineffective. N/A:Not Applicable or not observed. 1. Evaluate the contractor's overall commitment to quality performance and customer satisfaction. 4 3 2 1 0 N/A Comment: 2. Evaluate the contractor's overall technical competence. 4 3 2 1 0 N/A Comment: 3. Evaluate the contractor's cooperation and willingness to work as a team (with your personnel, other contractors, etc.). 4 3 2 1 0 N/A Comment: 4. Evaluate the contractor's compliance with contractual requirements. 4 3 2 1 0 N/A Comment: 5. Evaluate the contractor's responsiveness to contract, program and/or schedule changes. 4 3 2 1 0 N/A Comment: 6. Evaluate the effectiveness of the contractor's overall quality control procedures. 4 3 2 1 0 N/A Comment: 7. Evaluate the effectiveness of the contractor's safety program or efforts. 4 3 2 1 0 N/A Comment: 8. Evaluate the effectiveness of the contractor's cargo loss and damage prevention program or efforts. 4 3 2 1 0 N/A Comment: 9. Evaluate the effectiveness of the contractor's on-site management and supervision. 4 3 2 1 0 N/A Comment: 10. Evaluate the contractor's ability to overcome technical problems, labor issues, and/or other performance difficulties. 4 3 2 1 0 N/A Comment: 11. Evaluate the contractor's ability to plan and conduct operations in the most cost effective manner. 4 3 2 1 0 N/A Comment: 12. Evaluate the contractor's ability to adhere to schedules and complete work on time. 4 3 2 1 0 N/A Comment: 13. Evaluate the quality and stability of the contractor's workforce. 4 3 2 1 0 N/A Comment: 14. Evaluate the availability, adequacy and suitability of the contractor's staffing for the work required. 4 3 2 1 0 N/A Comment: 15. Evaluate the availability, adequacy and suitability of the contractor's gear and equipment for the work required. 4 3 2 1 0 N/A Comment:
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7938cab94773da36efd173d1606b42d&tab=core&_cview=1)
 
Place of Performance
Address: Cobination of Contractor Facility and DSCA HQ located at 20112th Street South, arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN01756208-W 20090226/090224221613-b7938cab94773da36efd173d1606b42d (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.