Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
MODIFICATION

R -- Pre-Solicitation Notice - Synopsis

Notice Date
3/2/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
N10PS18126
 
Response Due
3/31/2010
 
Archive Date
3/2/2011
 
Point of Contact
Louis Gilden Contracting Officer 7039643680 louis.gilden@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation Synopsis of a requirement in support of the National Guard. This is not a solicitation. A complete RFP package will be available approximately on or about 19 March 2010. The acquisition is being managed by the US Department of Interior (DOI) / National Business Center (NBC) / Acquisition Services Directorate Herndon (AQD-Herndon) as a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act to provide acquisition services to all Federal and DoD Agencies. The National Guard The mission of the National Guard (NG) is to serve as part of the first-line defense for the United States. Additionally the NG may be called up for active duty in response to domestic emergencies and disasters, such as those caused by hurricanes, floods, and earthquakes. The NG represents a unique and complex organizational and operational environment. Organizationally, the NG comprises various organizational entities including: the National Guard Bureau (NGB); Army National Guard, (ARNG); Air National Guard (ANG); and various directorates. There are NG entities located in 54 states and territories. Potential users for this requirement include the previously described NG organizational entities, as well as other DoD communities, Federal Civil Agencies, and States and Territories. NG entities requiring support are in CONUS and potentially in OCONUS locations. Description This is a requirement for a broad range of functional support services for current and future acquisition and program initiatives in behalf of the NG in the following functional areas. "Independent Verification & Validation (IV&V) / Program Management Office (PMO);"Acquisition Support; and"Technology. The solicitation calls for a single award Indefinite Delivery / Indefinite Quantity (IDIQ) contract for services for five years. Although the Government intends to make a single award, it reserves the right to make multiple awards if it's in the best interest of the Government. The limits on this IDIQ are: the minimum for the entire IDIQ contract is $100,000; and the maximum over the five year period for the entire IDIQ contract is $45 million. The NG requires a broad range of independent, objective, conflict of interest free functional support for current and future acquisition and program initiatives. Although the NG has growing needs in these functional areas, it has limited resources to meet programmatic demands. Moreover, the exact timing, amount and size of its future requirements for support in these areas over the next five years will not be known at the time of contract award. As a result, the NG requires flexibility in scheduling and ordering services as the exact requirements arise. However, it is inadvisable for the NG to commit itself for more than the minimum quantity. In order to obtain future support in these functional areas and given its constraints in defining its exact requirements and its timing for the requirements, the Government intends to issue a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract based on the solicitation to the Contractor who can provide the NG with the expert resources and rapid solutions to address its needs over a five year period with a commitment to long term excellence. Although the Government intends to make a single award, it reserves the right to make multiple awards if it's in the best interest of the Government. Performance based task order requirements from NG entities will be provided to the Contractor in Task Order Requirement Packages (TORPs) to meet programmatic requirements as they arise. Contractor Facilities / Primary Work Location The Contractor shall perform the predominant amount of work for this contract at the Contractor's own facilities which shall be located in the National Capital Region (NCR) Washington metropolitan area, in order to facilitate interaction with requiring NG entities primarily located in the NCR area. Further, the intent of this requirement is for the Contractor to provide IV&V and Acquisition Support for NG entities which are located within the NCR and not outside the NCR. However, there may be some requirements for travel to locations throughout the United States for short durations. Government furnished space for the purposes of meeting the requirements in this PWS is at a premium. Government furnished space will be provided only on a case by case exception basis. Additionally, the Contractor must provide an appropriately equipped secure facility available as needed on demand in the Washington DC metropolitan area for Acquisition Support related source selection activities such as proposal evaluations, since the NG has limited facilities of its own to conduct extended source selections. Similarly, the Contractor must provide facilities to host weekly In Process Review (IPR) meetings. Integrated Support The Contractor must demonstrate the technical and management expertise to provide seamless integrated support across different functional areas, since NG customers may require support from more than one functional area on any given project, and the functional areas have activities which overlap each other. Stove piped solutions which are narrowly focused on staffing solutions or merely supplying labor categories to meet the NG's functional needs, e.g. IV&V, PMO, and Acquisition Support, are not responsive to the requirement. The Contractor must be structurally aligned to provide timely, disciplined, methodical, and comprehensive cross domain integrated expert professional services support with Reach Back capabilities, and a commitment to long term excellence and maximizing quality, efficiency and productivity. The Contractor must have an enterprise strategy for providing a broad spectrum of integrated professional services in these functional areas for any or all phases of a program's individual lifecycle. An integrated mix of services, tools and expertise is required to support cross domain activities and operate in a collaborative and integrated environment. Individual task orders written against the IDIQ will require the Contractor to provide support that is integrated and spans across different functional areas. Disciplined, comprehensive, established and analytical methodologies for providing functional support in these areas are required. Formalized knowledge and experience in applying cutting edge technology and methods to Government program needs, in order to maximize quality, efficiency, productivity are required. The Contractor must demonstrate program rigor which reflects experience, professional certifications, national security clearances, appropriate tools and knowledge of industry standards and best practices. Capabilities for functional support must be deep and broad in each domain. Additionally, the Contractor must demonstrate Reach Back capabilities including a process and structure for the systematic, coordinated, flexible, short notice, and effective delivery of additional resources and subject matter expertise in meeting PWS requirements and solving complex problems. Required Plans The Contractor must provide and implement the following plans and / or processes. "A Small Business Subcontracting Plan which conforms to the requirements of FAR subpart 19.7 unless otherwise exempted pursuant to FAR 19.702(b) (1). "A robust and proactive Organizational Conflict of Interest (OCI) plan in order to maintain a position of trust, confidence, and integrity with the Government."An Information Security Plan, Quality Control Plan, and a Security Plan, as described in the PWS. Subcontracting The Government will evaluate the offeror's subcontracting plan for meeting DoD small business subcontracting goals listed below, as well as compliance with the requirements of FAR Part 19.7. For purposed of evaluation, these subcontracting goals pertain to the total dollars subcontracted in accordance with FAR 52.219-9. DoD subcontracting goals are as follows. "Small Business (SB) 37%"HUBZone (HUBZ) 3%"Service Disabled Veteran-Owned Small Business (SDVOSB) 3%"Small Disadvantaged Business (SDB) 5%"Woman-Owned Small Business (WOSB) 5%"Historically Black colleges & Universities and Minority Institutions 5% Additionally, The Government will consider the offeror's subcontracting management plan to include teaming arrangements and processes for managing and monitoring of subcontractors. The Government will also consider the effectiveness of the offeror's abilities to meet their prior subcontracting goals. The Government will consider the flexibility required by the offeror for developing a subcontracting plan for this IDIQ contract, given that the timing and size of future task orders are indefinite, and the Government cannot commit to more than a guaranteed minimum ordering quantity, and there is a period of performance of up to five years. Type of Contract The type of contract being contemplated is a single award IDIQ contract. Although the Government intends to make a single award, it reserves the right to make multiple awards if it's in the best interest of the Government. It is anticipated that most of the costs associated with this contract will be Time and Materials (T&M) task order items and some Firm Fixed Price (FFP) items. The Government is anticipating a performance period of up to five years. The North American Industry Classification System (NAICS) code is 541990 All Other Professional, Scientific, and Technical Services, with a small business size standard of $7 million. The proposed acquisition will be utilizing procedures as set forth in FAR Parts 12 and 15. Follow-Up A complete RFP package will be available approximately on or about 19 March 2010, by downloading the documents at the AQD Website as follows: http://www.aqd.nbc.gov/Business/openmarket.aspx. The RFP and any subsequent amendments will only be available in electronic format. No CD-ROMs or hardcopy documents will be distributed. Potential contractors are hereby notified that the RFP and subsequent amendments will ONLY be available for download at the above site. Potential offerors will be responsible for downloading their own copy of the RFP and amendments (if any). This will be the only method of distributing amendments; therefore, IT IS THE OFFERORS' RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS RFP. Offerors must be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. Lack of registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.bpn.gov/ccr/default.aspx. Contracting Office Address: US Department of Interior / National Business Center / Acquisition Services Directorate / 381 Elden Street, Suite 4000, Herndon, VA 20170-4817 Point of Contact(s): Nancy Shah, Contract Specialist, nancy.shah@aqd.nbc.gov ANDLouis Gilden, Contracting Officer, louis.gilden@aqd.nbc.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d2375c651a67185137b19ae5997e417e)
 
Record
SN02080900-W 20100304/100302235433-d2375c651a67185137b19ae5997e417e (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.