Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

R -- Office of the Assistant Chief of Staff for Installation Management for Facilities Assessment Support Services and Related Technical and Program-Related Support

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-11-R-0030
 
Response Due
3/22/2011
 
Archive Date
5/21/2011
 
Point of Contact
Gina F. Dowdell, 703-428-0668
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(gina.f.dowdell@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. Solicitation Number W91WAW-11-R-0030 Office of the Assistant Chief of Staff for Installation Management for Facilities Assessment Support Services and Related Technical and Program-Related Support Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 requirement is for Management and Professional services in the form of specific information systems expertise, attendant subject matter expertise, institutional knowledge and proven experience to update a critical series of data, reports, charts, and graphs that support the continual analysis of facilities requirements. Conditions, and costs at Army installations, as well as Army Commands, Direct Reporting Units and HQDA force structure restationing initiatives. The requirement also includes data collection and analysis through expert-level use of a myriad of Army-specific systems on an evolving number of studies involving base support issues, facilities requirements, facilities strategies, and infrastructure readiness. (See attached PWS attachment A.) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The requirement is 100% small business set aside, and the associated NAICS code is 541611. The size standard is $7 million. The Government will award a firm-fixed price contract from this solicitation. The period of performance shall be for one Base period of 9 months and two (2) 12- month options periods. The period of performance is anticipated to be: Base Period 1 April 2011 - 31 December 2011 Option Period One 1 January 2012 - 31 December 2012 Option Period Two1 January 2013 - 31 December 2013 PART I - INSTRUCTIONS TO OFFERORS: In accordance With FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this acquisition the following is the addenda to this clause. The Government intends to evaluate offers without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. This requirement is to procure a non-personal services contract to provide Facility Assessment Support (FAS) Services and Related Technical and Program-Related Support. Questions pertaining to this requirement are due no later than 10 March 2011, 0800 AM, Eastern Standard Time. Questions shall be emailed to Contract Specialist, Thomasina W. Estrada at thomasina.w.estrada@us.army.mil. Completed proposals are due 22 March 2011 at 3:00PM EST. Your proposals will be emailed to thomasina.w.estrada@us.army.mil. Put the Solicitation number W91WAW-11-R-0030 in the Subject Line. It's the sole responsibility of the offeror to review the FEDBIZOPPS.gov website for any amendments or updates. No information, answers to questions concerning this Request for Proposal (RFP) will be provided via telephone. Please see the attached Performance Work Statement for description of services. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of proposals, unless another time period is specified in an amendment to the combined synopsis/solicitation. LATE OFFERS: Proposals or modification of proposals received at the address specified for the receipt of proposals after the exact time specified for receipt of proposals WILL NOT be considered. Contractors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. PROPOSAL SUBMISSION. The offeror shall submit proposals in electronic format as attachments via email files and shall not contain classified data or hyperlinks or self extracting files. The offeror shall submit its offer as follows: Attachment 1 - Technical; Attachment 2 - Past Performance; Attachment 3 - Price; and, Attachment 4 - Representations and Certifications. Prices and pricing information must not be included in any part of the non-price attachments. The submission shall be clearly indexed and logically assembled. Each section shall be clearly identified and shall begin at the top of the page. All pages of each section shall be appropriately numbered and identified by the complete company name, date and identifying proposal name in the header and/or footer. The offeror shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. 1. FACTOR I. TECHNICAL: Section 1- UNDERSTANDING OF THE REQUIREMENT - The offeror shall demonstrate its understanding of the requirements and provisions of the Performance Work Statement (PWS Att A) described in Part 5 of the PWS and the extent to which potential risks are identified and mitigated. Section 2 - KEY PERSONNEL - - The offeror shall submit resumes of its two key employees, the Program Manager and the Alternate Program Manager. The resumes shall describe the individual's specialized experience, qualifications and education as it relates specifically to the duties assigned in this contract. The resumes of the key employees shall meet or exceed the minimum requirements described at PWS section 1.6.19. Section 3 - QUALITY CONTROL PLAN - - The offeror shall submit a Quality Control Plan (QCP) that demonstrates how it intends to monitor, inspect, and correct deficiencies for the requirements of the PWS (section 1.6.1). The Government will incorporate the QCP in the contract that will result from this solicitation. The QCP will no longer be considered proprietary and will be considered releasable under FOIA. 2. FACTOR II. PAST PERFORMANCE: a. Past Performance. Offerors shall submit a description of no more than three contracts performed during the past three (3) years that are relevant to the efforts required by this solicitation. Relevancy is defined as an effort that has a logical connection with the efforts required by this solicitation. Each instance of contractual past performance shall be presented as a contiguous description, but organized into the following sections: (1)Section 1 - Contract Descriptions. The offeror shall complete Part I A. Contract Identification and Part I B. Identification of Offeror's Representative located in the Past Performance Questionnaire. (2) Section 2 - Performance. Offerors shall provide a specific narrative explanation of each contract listed describing the objectives achieved and detailing how the effort is relevant as defined above. For any contracts that did not/do not meet original cost, schedule or technical performance requirements, provide an explanation of the reason(s) for the shortcomings and any corrective actions taken to avoid recurrence (3) Section 3 - Past Performance Questionnaire. For all contracts identified in Section 1, Past Performance Questionnaires must be completed and submitted. The offeror shall complete Part I of the Past Performance Questionnaire and e-mail the questionnaire to both the Contracting Officer for this procurement, and to the Government POC responsible for the past/current contract. The offeror shall instruct the POCs to electronically complete Part II of the Past Performance Questionnaire and e-mail the entire questionnaire to the Contracting Officer within 15 calendar days of the release of the RFP, to thomasina.w.estrada@us.army.mil. The offeror shall also e-mail to the Contracting Officer a list of all of the POCs who were sent a questionnaire. The Government must receive this list within 15 calendar days after release of the RFP. 3. FACTOR III. PRICE: The offeror shall submit the offeror's price for award purposes by multiplying the number of months for Contract Line Item Number (CLINs) 0001, 1001, and 2001 by the labor per month to obtain the extended labor price. The offeror must submit pricing for the following Contract Line Item Numbers (CLINs). CLIN 0001 9 MonthsLabor per Month $________ Extended Labor $________ CLIN 0002 Contractor Manpower Report $___________ CLIN 1001 12 MonthsLabor per Month $ ________Extended Labor $________ CLIN 1002 Contractor Manpower Report $________ CLIN 2001 12 MonthsLabor per Month $ ______ Extended Labor $________ CLIN 2002 Contractor Manpower Report $___________ Signed proposals must indicate quantity, unit price (labor per month), and total amount (extended labor) for CLINs 0001, 1001, and 2001. The offeror may propose a price for the base period and each option period for compliance with the Contractor Manpower Reporting requirement for CLINs 0002, 1002, and 2002. If the offeror leaves these CLINs blank, the Government will evaluate these CLINs as zero dollars. Although not part of the price factor evaluation, the offeror shall also provide a detailed breakout of all labor categories and other costs that are associated with the work specified in the Performance Work Statement. The offerors must return a completed copy of their Representation and Certifications with their proposal. PART II - EVALUATION CRITERIA Basis for Award Any award to be made will be based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three evaluation factors: Technical, Past Performance, and Price. Offerors are cautioned that an award may not necessarily be made to the lowest price offeror; or, if non-price factors are evaluated as comparatively equal between two or more offerors, price may become a determinative factor. Factors and their Relative Importance Relative Order of Importance Terminology. An evaluation of all offers will be made in accordance with the criteria set forth below. Evaluation criteria consist of factors. In order to provide the offeror with an understanding of the significance assigned by the Government, the factors are assigned a relative order of importance. The following terminology is used: Significantly More Important. The factor is substantially more important than another factor. The factor is given far more consideration than another factor. More Important. The factor is greater in value than another factor, but not as much as a significantly more important factor. The factor is given more consideration than another factor. Approximately Equal. The factor is nearly the same in value as another factor; any difference is very slight. Relative Order of Importance of Factors. The Technical factor is significantly more important than the Past Performance factor. The Past Performance factor is more important than the Price factor. The Technical factor and the Past Performance factor, when combined, are significantly more important than the Price factor. There are no subfactors. 1. FACTOR I. TECHNICAL: The Government will evaluate the offeror's understanding of the requirements to be performed in PWS Part 5 and the extent to which potential risks are identified and mitigated. Also, the Government will assess the proposed key personnel's specialized experience, qualifications, and education as it relates to the requirements to be performed in the PWS Part 5. Finally, the Government will assess the proposed Quality Control Plan (QCP) to the extent it monitors, inspects, and correct deficiencies of the contract's requirements in PWS Part 5. 2. FACTOR II. PAST PERFORMANCE: FACTOR 2 - PAST PERFORMANCE. The Government will conduct a performance risk assessment based on the quality, relevancy and currency of the offeror's past performance as it relates to the probability of successful accomplishment of the required effort. The source of information regarding past performance, the context of the data and general trends in performance may also be considered. When assessing performance risk, the Government will focus its inquiry on the past performance of the offeror as it relates to all solicitation requirements. These requirements include all aspects of schedule and performance, including but not limited to, the offeror's record of: (1) quality of services provided; (2) timeliness of performance; and (3) commitment to customer satisfaction. A significant achievement, problem, or lack of relevant data in any element of the work can become an important consideration in the source selection process. A negative finding under any element may result in an overall high risk rating. Therefore, offerors are reminded to include relevant past efforts, including demonstrated corrective actions, in their proposal. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources. Since the Government may not necessarily contact all of the sources provided by the offeror, it is incumbent upon the offeror to explain the relevance of the data. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving good past performance rests with the Offerors. If there is no relevant past performance, the offeror will be evaluated neither favorably nor unfavorably and will be considered an unknown risk. 3. FACTOR III. PRICE: Price will be evaluated based upon an assessment of the total price proposed for the base period and each of the option periods. Evaluation of options will not obligate the Government to exercise the options(s). AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarter, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns with AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accountability Office or other external forum. Contract award of performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Road, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp PART III - ADDITIONAL TERMS AND CONDITIONS Contract Manpower Report Clause: 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 subcontractor manpower) required for performance 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: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Actual direct labor hours (including sub-contractors); (6) Actual direct labor dollars paid this reporting period(including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting service provided by contractor (and separate predominant FSC for each sub-contractor if different)' (9) Estimated data collection cost; (10) 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); (11) Locations where the 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 provide on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will 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 of fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secured 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. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (OCRA) must be activated. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Handicapped Worker (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restriction on Certain Foreign Purchase; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.219-6, Notice of Total Small Business Set Aside and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.202-1, Definitions; FAR 52.203-3, Gratuities; FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days, (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 33 months,; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.204-10, Reporting Subcontract Awards; FAR 52.219-14, Limitations on Subcontracting] FAR 52.219-14, Notification of Employee Rights under the National Labor Relations Act. All FAR Clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. In addition, the following DFARS clauses are hereby incorporated by reference: DFAR 252.246-7000, Material Inspection and Receiving Report; and DFAR 252-201-7000, Contracting Officer's Representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03ace70f435ff87cc1af3428e2aa46cf)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02389397-W 20110302/110228234457-03ace70f435ff87cc1af3428e2aa46cf (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.