Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

R -- This is a solicitation for CA Army National Guard (CANG), Family Readiness Program services support.

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-10-R-0007
 
Response Due
8/17/2010
 
Archive Date
10/16/2010
 
Point of Contact
Jeannie Thornton, 805-594-6214
 
E-Mail Address
USPFO for California
(jeannie.r.thornton@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Subject: This is a Request for Quotation (RFQ) using a Statement of Objectives (SOO) approach, for benefit of the California Army National Guard (CANG) Family Readiness Program. The United States Property and Fiscal Office for California (USPFO for CA) hereby issues this RFQ with Statement of Objectives on behalf of the California Army National Guard, to purchase Family Readiness Program services support. This solicitation is issued in accordance with FAR part 37-Service Contracting and subpart 37.6-Performance Based Acquisition. Set Aside: This acquisition has been set aside for total small business. Only proposals from small business will be considered. The NAICS code for this acquisition is 624190-Other Individual and Family Services. The small business size standard for this NAICS code is $7.0 million. Quote Submittal: Quotes must be submitted to Jeannie Thornton via e-mail to Jeannie.r.thornton@us.army.mil or via fax to 805-594-6348. Quotes are due no later than Tuesday, August 17, 2010 before 2:00pm PST. Period of Performance: The period of performance is a 12 month base period from date of award followed by four (4) 12 month option periods. Place of Performance: Army National Guard Facilities at: Joint Forces Headquarters, 9800 Goethe Road, Sacramento, CA 95827 and various additional locations throughout California. Statement of Objective Approach Explained Statement of Objectives (SOO) means a Government prepared document incorporated into this solicitation that states the overall performance objectives. A SOO presents the Government with an opportunity to assess the offerors understanding of all aspects of the effort to be performed, by eliminating the how to instructions to accomplish the required effort normally contained in a Statement of Work the Government provides to prospective offerors. The SOO is used, along with other information and instructions in the RFQ, by offerors, to develop the work breakdown structure, Performance Work Statement (PWS), and any other documents supporting and defining the offerors proposed effort. The SOO is replaced at time of contract award into the contract by a proposed and accepted Performance Work Statement. Work Breakdown Structure (WBS): A WBS should be used in developing the PWS. A WBS provides the framework for a disciplined approach of structuring and defining the total project or program. It is a product-oriented family tree composed of (as applicable to the particular acquisition) equipment, services, and other items which make up the project or program, and provides the basis for progress reporting, performance and engineering evaluations, and financial data reporting. The SOO included in this solicitation (see attachment) provides the Governments overall objectives for this requirement. Offerors shall use the SOO together with other applicable portions of this RFQ, as the basis for preparing their proposals, including the WBS and PWS. The offeror shall ensure all aspects of the SOO are addressed. Best Value Technical Tradeoff. Award will be made to the responsible Offeror whose Proposal is determined to provide the best value to the Government. FAR Part 15.101-1 procedures apply to this acquisition using a tradeoff procedure as described herein. The Government will evaluate the Non-Price (Technical) Evaluation Factors listed below, including the submitted WBS and corresponding PWS, which, when combined, are significantly more important than Price, for the best value tradeoff analysis. The relative importance of Price will increase if Offerors are considered essentially equal under the evaluation of their respective NonPrice Factor Proposals. There are no sub-factors which will be separately evaluated under any of the listed evaluation factors. Submissions shall be no more than 50 pages (single sided), 12 point font. Resumes are not counted against the 50 page maximum. (1) Technical Approach (1) a) Technical Approach Submission Demonstrate your firm's knowledge and understanding of the requirement as outlined in the SOO by submitting a Work Breakdown Structure and Performance Work Statement (PWS) that is contract ready. Your PWS should reflect (rather than explain) the methodology and techniques your firm shall utilize to fulfill the technical requirements described under Section 2.0 Specific Program Objectives. Because the awardee's PWS shall become part of the contract terms and conditions, Contractor duties shall be worded as 'The Contractor shall.' The PWS should specify in clear, understandable terms the work to be done in providing the services to be performed by the contractor. Preparation of an effective PWS requires both an understanding of the services that are needed to satisfy this particular requirement and an ability to define what is required in specific, performance based, quantitative terms. The offerors understanding of both required services, and work effort required to accomplish should be fully demonstrated in the offeror's proposed PWS and corresponding WBS. In writing its PWS submission, your firm should avoid words and phrases such as will, as required, as necessary, periodically and any other terms that are vague and lack specific, meaningful content. Rather your PWS should use terms that are measurable, quantifiable and clear as to meaning. Your PWS should provide clear explanation and definition of terms as is apparent to be necessary. As part of your PWS, you must provide a Quality Control Plan that addresses how your firm will provide quality control for the technical service requirement of the PWS. In addition to the PWS submission, the technical quote must include a listing of the proposed labor categories being proposed, the number of hours proposed for each labor category (for each time period of the contract), and a position description for each labor category, which, at a minimum, shall describe the roles, responsibilities, experience, education, and training requirements for the labor category (DO NOT INCLUDE PRICING IN YOUR TECHNICAL APPROACH SECTION OF YOUR QUOTE). Relate each labor category to its relevance in fulfilling each technical requirement under the PWS, which should be reflective of the SOO to which it responds. Along with the WBS, you may identify, describe and explain your firm's methodology and techniques as part of your larger technical quote supplementing the PWS. Your firm is also required to provide a Quality Surveillance Plan (QASP) as part of its proposal which includes surveillance methods corresponding to each objective/acceptance criterion of the PWS submission. This QASP must: " Identify the services and products that will be measured. " Provide surveillance methods with clear reference back to the corresponding objective and performance standard/acceptable quality level (AQL). " Define the Government role in overseeing the performance. Where subcontractors or teaming arrangements are proposed, organizational control shall be clearly delineated so as to demonstrate and ensure responsiveness to the needs of the Government. (1) b) Technical Approach - Evaluation: The Government will evaluate your firm's knowledge and understanding of the requirement as outlined in the SOO by assessing your firm's ability to fulfill the technical requirements described under Section 2.0 Specific Program Objectives of the SOO. As part of that evaluation, the PWS and supporting WBS submissions will be evaluated for completeness and clarity, versus vague or ambiguous language, in defining acceptance criteria for each objective listed in the SOO. The Government also will make an assessment as to whether the mix of labor categories proposed and the number of hours proposed per labor category reflect the Offeror's understanding of the requirement as also reflected in its PWS submission and any additional description of methodology and techniques. The submitted QASP shall be evaluated for completeness and clarity in defining surveillance methods for acceptance criteria in the PWS. The Government will also evaluate the submitted Quality Control Plan to ensure that your firm is likely to provide quality control for the technical service requirement of the PWS. (2) Past Performance (2) a) Past Performance Submission Provide the following information for three (3) current or recent, past contracts of similar size and scope. a. Contracting and technical point of contact names, titles, and current telephone numbers; b. Dates of performance; and c. Brief narrative relating the Contractor's past performance/experience to this task order. Please have the references complete the attached Past Performance Questionnaire for each contract or task order and return to Jeannie Thornton at Jeannie.r.thornton@us.army.mil no later than the closing date of this solicitation. The government reserves the right to take into account any performance information provided by any additional sources. Past performance will be evaluated on quality of performance, cost of performance, schedule of performance, and business relations. (2) b) Past Performance Evaluation The Government will evaluate the Offerors' past performance for similar projects as those described in the SOO. Performance information will be used to assess how well it has performed under these projects. When assessing the past performance information for an Offeror, the Government will consider the Offeror's explanation about the relevance of the projects listed, any problems that the Offeror encountered during the course of performance, the actions that the Offeror took to overcome such obstacles; and any quality awards or other certifications that indicate the Offeror possesses a high-quality process for developing and producing the product or service required. The Government will consider past performance information regarding predecessor companies to the Offeror, but only if the Offeror explains the relationship between such predecessor companies and the Offeror. The Government will also consider the past performance information for major proposed sub-contractors and teaming partners, but only to the extent that the proposed sub-contractor or teaming partner will be performing specific project requirements. Offerors with no past performance information will be evaluated with neither a favorable nor unfavorable rating. (3) Price Proposal: (3) a) Price Submission A proposal that includes an overall yearly price that is excessively high or low may be considered unrealistic and unreasonable, and may receive no further consideration. Except when it is determined in accordance with FAR 17.206 (b) not to be in the government's best interest, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the base year. Evaluation of options will not obligate the government to exercise the options. Provide a firm fixed price that is fair, reasonable and realistic for the base and for each option year. The price proposal shall also include, at minimum, the following information: a) Skill labor categories (along with a description of the education and experience requirements needed for individuals to qualify for the listed category) b) Skill labor hourly rates c) Skill labor hours/day per personnel d) Skill labor total number of hours per year The price proposal should include a cost reimbursable ceiling for travel in the amount of $80,000 for the base period and each option period. Please note that proposals should not include any costs for any materials. This project is strictly for services. (3) b) Price Evaluation. The Government shall evaluate the Offeror's total proposed price to ensure that the offered price is fair, reasonable and realistic for the project. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base requirement. Evaluation of options will not obligate the Government to exercise the option( s). Prices that are excessively high or low may be considered unrealistic and unreasonable, and may receive no further consideration for award. Proposals should avoid unbalanced pricing across option years and optional line items. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of cost or price analysis techniques. Additional Instructions to Offerors The Government intends to award without discussions and reserves the right to award a contract immediately following the conclusion of the evaluation of initial offerors without clarifications, discussions or negotiations if determined in the best interest of the Government by the Contracting Officer. Therefore, it is critical that each offeror be fully responsive to the solicitation, its provisions and submits their best proposals initially. However, upon a complete initial review of the quotations received the Government may establish a competitive range comprised of the greatest number of proposals rated most highly as determined by the Contracting Officer. The Government also reserves the right to request Final Proposal Revisions (FPRs) of offers determined to be within the competitive range established by the Contracting Officer. Proposals must be valid for at least 30 days from the date of submission. This contract may be incrementally funded during the base period and the option period in accordance with DFARS 252.232-7007, Limitation of Governments Obligation and FAR 52.232-22, Limitation of Funds. Please ensure that your firm's registration on the DOD's Central Contractor Registry (CCR) system at http://www.ccr.gov/ is accurate and current.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-10-R-0007/listing.html)
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
Zip Code: 93403-8104
 
Record
SN02207902-W 20100718/100716234518-725b885c34eafee090d68ea18c9017e1 (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.