Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

R -- DSCA Metrics Analysis Support Services - Past Perfromance Questionnaire (PPQ)

Notice Date
6/26/2009
 
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
HQ001309R0008
 
Point of Contact
Janet M Szatmary, Phone: 703-601-3728, Petra McPherson, Phone: 703-604-1524
 
E-Mail Address
janet.szatmary@dsca.mil, petra.mcpherson@dsca.mil
(janet.szatmary@dsca.mil, petra.mcpherson@dsca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Perfromance Questionnaire (PPQ) DESCRIPTION/SPECIFICATIONS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, 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. The Defense Security Cooperation Agency is issuing solicitation number HQ0013-09-R-0008 as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-33. 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 24 July 2009, 11:00 a.m. EST. All questions must be submitted by 08 July 2009, 11:00 a.m. EST. All proposals must be submitted by 24 July 2009, 11:00 a.m EST. This resulting contract will have a one-year base with three (3) one-year options. The Defense Security Cooperation Agency (DSCA) leads, directs, and manages security cooperation programs and resources to support U.S. national security objectives that build relationships that promote U.S. interests; build allied and partner capacities for self-defense and coalition operations; and promote peacetime and contingency access for U.S. forces. 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 services and staffing to conduct and support daily research and analyses of business performance metrics using a solid foundation of information technology and data analysis techniques in support of the agency’s ongoing efforts to improve business processes and performance. Contract line items are as follows: Base Period Unit QuantityCost 0001: Metrics Analysis Support ServicesMonths12 ___________ 0002: ODC - TravelCost1$1000.00 Option Year 1 1001: Metrics Analysis Support ServicesMonths12 ___________ 1002: ODC - TravelCost1$1000.00 Option Year 2 2001: Metrics Analysis Support ServicesMonths12 ___________ 2002: ODC - TravelCost1$1000.00 Option Year 3 3001: Metrics Analysis Support ServicesMonths12 ___________ 3002: ODC - TravelCost1$1000.00 1. PERFORMANCE BASED WORK STATEMENT. The Contractor shall provide administrative and technical services in support of the DSCA Chief Performance Officer (CPO). Specific work shall include, but not be limited to the following: Performance Objective No. 1: Business Metrics Analysis a. Conduct research, perform database management, perform analyses, and produce recurring performance (metrics) reports in support of senior level management reviews and process improvement initiatives. Performance Measure: Conduct of Business Analyses Performance Standards: Deliverables are provided within the time frames specified in paragraph 12 of this performance work statement (PWS). Method of Surveillance: 100% inspected b. Coordinate stakeholder input to business databases when required and respond to questions and requests for assistance. Performance Measure: Effectiveness of Follow-Up and Response Performance Standard: Business metrics are monitored on a recurring basis, inputs and clarifications are sought from stakeholders, and queries from stakeholders are addressed within the time frames specified in paragraph 12 of this performance work statement (PWS). Method of Surveillance: 100% inspection Performance Objective No. 2: Strategic Planning Monitor, analyze, and provide reports on agency progress in implementing the goals and objectives of its Strategic Plan. Performance Measure: Support to Strategic Planning Performance Standard: Reports are provided as stipulated in para. 12 of this PWS with no more than 5% error rate. Method of Surveillance: 100% inspection Performance Objective No. 3: Process Improvement Provide technical support to Lean Six Sigma projects and other studies and activities that are designed to support the development of business process improvements. Performance Measure: Support to Process Improvement Performance Standard: Required business data and related reports are compiled and arrayed in an accurate and user-friendly format as stipulated in para. 12 of this PWS with no more than 5% error rate. Method of Surveillance: 100% inspection. Performance Objective No. 4: Stakeholder Outreach Maintain and update the CPO intranet site for internal sharing of information and the automated electronic agency email and USPS address listings used by DSCA for analytical surveys, including the Office of the Secretary of Defense Biennial Review and occasional community-wide electronic communications. Performance Measure: Maintenance of Intranet Site and Electronic Address Database Performance Standard: No more than 10% error rate Method of Surveillance: Periodic spot-check Performance Objective No. 5: Support to Senior Management Consultations and Meetings Provide analytical, technical and administrative support to senior-level working group meetings and executive reviews of business performance, strategic plan implementation, and other meetings as required. Performance Measure: Meeting Support Performance Standard: Business review and strategy meetings are provided with statistically accurate charts and graphs presented through effective use of audio-visual capabilities and printed materials Method of Surveillance: 100% inspection 4. PERIOD OF PERFORMANCE. The Period of Performance for the base year of the contract shall be from 01 October 2009 - 30 September 2010. The Period of Performance for the three option years, if exercised, is as follows: Option Year 1: 01 October 2010 - 30 September 2011 Option Year 2: 01 October 2011 - 30 September 2012 Option Year 3: 01 October 2012 - 30 September 2013 5. PLACE OF PERFORMANCE. The Contractor shall perform the tasks onsite at the Government’s facility. DSCA is located at 201 12th Street South, Suite 203, Arlington, VA 22202-4306. 6. GOVERNMENT FURNISHED PROPERTY/ASSISTANCE. DSCA will provide government furnished equipment (GFE) necessary for the successful completion of the PWS. Management and administration of the GFE and software will require the Contractor to provide those skills necessary to effectively install and operate the items provided. The Contractor shall notify the DSCA COR of any and all hardware/software malfunctions and shall safeguard and provide property accountability for all items. The Contractor shall return all hardware in serviceable condition as well as all COTS software and supporting documentation provided under this PWS to DSCA at the end of the contract period. The Contractor shall coordinate the receipt and return of GFE with the COR and Principal Director, DSCA Business Operations/Financial Policy and Internal Operations (FPIO). 7. 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. b. Cooperation with Other Contractors and Government Personnel. The Contractor shall cooperate with other contractors and Government personnel performing work for DSCA. The Contractor shall be willing to adjust scheduling and performance to accommodate additional support if required by modification. The Contractor shall avoid interfering with the performance of work by other contractors or Government employees while not compromising health, safety or security. Any disagreement or cause of delay shall be brought to the attention of the Contracting Officer Representative (COR). 8. Travel. Travel may be required to support conferences and meetings within the metropolitan Washington D.C. area. Additional travel outside the metropolitan Washington D.C. area is not anticipated. Travel expenses are to be cost reimbursable. 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. 9. 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 issues, contact Ms. Janet Szatmary, Contracting Officer, at (703) 601-3728, email janet.szatmary@dsca.mil. 10. PERSONNEL QUALIFICATIONS The contractor shall be responsible for providing a technically qualified person 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 the contract 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: MS Suite Versions 2003 and 2007 (Word, Excel, PowerPoint, ACCESS database), MS Front Page for web design, Adobe Acrobat and Photoshop. 11. SECURITY REQUIREMENTS. Contractor personnel require a Secret clearance to accomplish duties associated with this PWS. 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 employee has 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. 12. DELIVERABLES Deliverable(s)/Due Date/Draft/Final Recurring Business Metrics Analyses & Reports/On or Before Established Due Dates/Final Responses to Stakeholder Input & Requests for Assistance/No later than 3 business days of receipt of data input or request for assistance/Final Recurring Strategic Planning Implementation Reports/On or Before Established Due Dates/Final Data Support to Process Improvement Projects/On or Before Established Due Dates/Final Updated and Accurate Intranet Page and Electronic Email Listing/Last business day of each calendar quarter/Final Effectively-Supported Senior Business Reviews & Work Group Meetings/Date of supported meeting(s)/Final 13. CONTRACT TYPE. Upon award, this PWS will result in a Firm Fixed Price (FFP) Contract with cost reimbursable (in accordance with JTR/FTR) CLIN for travel. The Government provided estimate for travel is $1,000.00 per contract year. 14. INVOICING PROCEDURES a. Invoices should be submitted to the following addressee: Defense Security Cooperation Agency (DSCA) ATTN: Fred Beauchamp Strategic Planner, DSCA/FO 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) (CLIN) and/or subline (SubCLIN) 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. 15. 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. 16. PROPOSAL SUBMISSION AND CLAUSES The Offerors shall submit a proposal for the total 4 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) Addenda below. 52.212-3, Offeror Representations and Certifications - Commercial Items; 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 subparagraphs checked (b)(7)(i); (b)(8); (b)(17) - (b)(25); (b)(37); (b)(40); (c)(1); and (c)(2); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Terms of the Contract (Mar 1989); 52.232-18 Availability of Funds; 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 Certifications - Commercial Items. Offerors may submit questions via email no later than 1100 July 08, 2009. All offerors are required to submit one original and one sanitized copy of their Technical Proposal and Cost/Price Proposal to Defense Security Cooperation Agency, DBO-CON, 201 12th Street, South, Suite 402, Arlington, VA 22202-5408, Attn: Janet Szatmary. Proposals must be submitted by 1100 24 July 2009. 52.212-2, Evaluation - Commercial Items (Jan 1999) Evaluation Criteria The Government intends to award the DSCA metrics analysis support contract to one offeror whose proposal represents the best value to the Government in accordance with the evaluation criteria identified in this solicitation. Best value means that, in the Government’s estimation, the expected outcome of an acquisition provides the greatest overall benefit in response to the requirement, per FAR 2.101, price and other factors considered. The Government anticipates the resulting contract will be a firm fixed price service contract with a cost reimbursable travel CLIN. The following factors shall be used to evaluate proposals: 1. Technical Capability Subfactor A: Understanding the Work Subfactor B: Management of Operations Subfactor C: Proposed Personnel 2. Past Performance Subfactor A: Quality of Service Subfactor B: Timeliness of Performance Subfactor C: Customer Satisfaction 3. Price - no subfactors Relative Importance for Factors: Technical Capability is most important. Past Performance is less important than technical capability. All subfactors are of equal importance. When combined, both of the non-priced factors are significantly more important than the price factor. Factor 1: Technical Capability. An adjectival rating will be assigned at the Technical Capability subfactor level to depict how well each offeror’s proposal meets the evaluation criteria described for each subfactor. An adjectival rating shall be assigned to rate the Technical Capability factor based on adjectival ratings awarded each subfactor. Proposal risk assesses the weaknesses associated with the offeror's proposed approach as it relates to accomplishing the requirements of the solicitation. Evaluators will make an independent judgment of the probability of success, the impact of failure and the offeror’s proposed risk mitigation solutions when assessing proposal risk. Risk is assessed at the Technical Capability subfactor level and should be considered in assigning adjectival ratings for each Technical Capability subfactor. An adjectival rating shall be assigned to rate the Technical Capability factor. (1) Sub-Factor A, Understanding of the Work: Appraise the offeror’s knowledge and understanding of the required services as described in the proposal. (2) Sub-Factor B, Management of Operations: Evaluate the contractor’s description of how the Contractor intends to meet the performance objectives identified in the PWS. Review those areas the Contractor sees as critical to the customers for this contract, how it will monitor quality performance in those areas, and how it will maintain or exceed customer expectations, including identification and correction of problems. (3) Sub-Factor C, Proposed Personnel: Evaluate the personnel qualifications and skill level categories available to work on start-up date (include special qualifications of key personnel if applicable). Factor 2: Past Performance An adjectival rating will be assigned at the Past Performance subfactor level to describe how well each offeror’s proposal meets the evaluation criteria described for each subfactor. An adjectival rating shall be assigned to rate the Past Performance factor based on adjectival ratings awarded each subfactor. Past performance information will be obtained from references provided by the offeror who completed the Past Performance Questionnaire (PPQ) and from other sources known to the Government or learned of in the course of the evaluation. References are to complete the PPQs and fax or mail to the POC identified below. Offeror shall have four PPQs submitted to the DSCA Contracting Office on their behalf. However, an offeror who has no relevant past performance history for a particular sub-factor will not be evaluated favorably or unfavorably (i.e. will be given a neutral rating for that factor). Each offeror will be evaluated on performance under existing and prior contracts for similar services. Performance information will be used for both responsibility determinations and as an evaluation factor. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the contract under consideration. The Government may contact the references provided in the offer, former customers, etc. to inquire about past performance to include, but not limited to, its reputation for conforming to terms and conditions, for accurately estimating and controlling costs, for adherence to contract schedules (including the administrative aspects of performance); for reasonable and cooperative behavior, and commitment to customer satisfaction. The Government may contact references other than those identified by the offeror. The following are sub-factors: (1) Sub-Factor A, Quality of Service: Evaluate the offeror’s record of conforming to specifications and providing quality services. (2) Sub-Factor B, Timeliness of Performance: Evaluate the offeror’s record of ability to meet contractual performance schedules. (3) Sub-Factor C, Customer Satisfaction: Evaluate the conduciveness of offeror’s business practices to ensure a cooperative and frictionless relationship with its customers. Factor 3: Cost/Price The price for each CLIN will be evaluated separately. Price will be evaluated for price reasonableness in accordance with FAR 13.106-3(a) based on the total proposed price for the base period of performance and all option periods together. The determination that the total price is reasonable will be made by a comparison of other offers received. If only one offer is received, the determination may be based on a comparison to the IGCE or by any other reasonable basis. Table 1. TECHNICAL RATING SCALE Technical Evaluation Rating RatingDescription ExcellentTo receive this rating, proposed offer demonstrates a thorough understanding of the requirements; offers one or more significant advantages not offset by disadvantages. The Offeror has a very high probability of success in completing the requirements. GoodTo receive this rating, proposed offer demonstrates a good understanding of the requirements; offers one or more advantages not offset by disadvantages. The Offeror has a high probability of success in completing the requirements. SatisfactoryTo receive this rating, proposed offer demonstrates an acceptable understanding of the requirements; any advantages are offset by disadvantages. The Offeror has a moderate probability of success in completing the requirements. UnsatisfactoryTo receive this rating, the proposal contains major errors, omissions or deficiencies or an unacceptably high degree of risk in meeting the Governments requirements; and these conditions cannot be corrected without a major rewrite or revision of the proposal. To receive this rating, the proposed offer must have received an Unsatisfactory/High Risk rating in one of the non-price factors/sub factors. NeutralInsufficient relevant past performance information available. RISK RATINGS RatingDescription High Performance RiskLikely to cause significant disruption to schedule, increased cost or degradation of performance. Risk may be unacceptable even with special contractor emphasis and close government monitoring. Moderate Performance RiskCan potentially cause some disruption of schedule, increased cost or degradation of performance. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low Performance RiskHas little potential to cause disruption of schedule, increased cost or degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties. Related Definitions. Deficiency. A material failure of a proposal to meet a Government or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Examples of deficiencies include a statement by the offeror that it cannot or will not meet a requirement, an approach that clearly does not meet a requirement, or omission of data required to assess compliance with the requirement. Weakness. A flaw in the proposal that increases the risk of unsuccessful contract performance. A “significant weakness” in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance. Advantage/Enhancement. An advantage/enhancement describes some element of a response that notably enhances an aspect of the offeror’s ability to perform the effort or that represents a significant benefit to the Government. Clarifications. Limited exchanges, between the Government and offerors that may occur when award without discussions is contemplated. These limited exchanges may be used to clarify certain aspects of proposals (e.g., the relevance of an offeror’s past performance information and adverse past performance information to which the offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors. Risk. The degree of probability that an offeror will not perform contract requirements as promised. The level of uncertainties that exist in the proposal will jeopardize successful execution of an approach or plan. (e) Evaluation Of Options. Except when determined not to be in the Government's best interests (FAR Part 52.212.2(b)), the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (f) Award on Initial proposals. The contracting officer retains the right to evaluate offers and make award without discussions with offerors. Therefore offerors are encouraged to insure that initial proposals contain the offeror’s most favorable terms and reflect its best possible performance potential. (g) The offer will be considered acceptable if, and only if, the offeror submits the information as required in the Instructions to Offerors, FAR 52.212-1, and Addendum to FAR 52.212-1, and manifests the offeror’s unconditional assent to the terms and conditions of the solicitation, including the Performance Work Statement. (h) Discussion/Negotiations: The Contracting Officer may clarify all information submitted in response to the solicitation as necessary to evaluate the proposals, and notwithstanding these clarifications, the Contracting Officer still retains the right to award without discussions. (End of clause) Proposals must be delivered by 24 July at 11:00 A.M. All Offerors must submit hard copies by 24 July at 11:00 A.M via U.S. Postal, UPS, or FEDEX. Offerors also have the option of hand delivering to the address listed below by the closing date and time. Someone will be present at the Agency to accept proposals Monday through Friday from 8:00 A.M. to 5:00 P.M. Defense Security Cooperation Agency (DSCA) 201 12th Street South, Ste 402 Arlington, VA 22202 (703) 601-3728 / 703-602-1341 Attn: Janet Szatmary / Ali Beshir ALL PAST PERFORMANCE QUESTIONNAIRES (PPQ) MUST BE FAXED TO: Janet Szatmary, Contract Specialist, FAX: (703) 601-2451. The PPQ is a separate document attached to this combined synopsis/solicitation posting. References are to complete the PPQs and fax or mail to the POC identified above. All Past Performance Surveys must be received by the closing date and time of this combined synopsis/solicitation. NO EXCEPTIONS will be granted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001309R0008/listing.html)
 
Place of Performance
Address: DSCA, Crystal Gateway North, 201 12th Street South, Suite 203, Arlington, Virginia, 22152, United States
Zip Code: 22152
 
Record
SN01858515-W 20090628/090627000935-16d1d3cdcf1d2b4d62f01ff5b2b4326c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.