Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
MODIFICATION

J -- KITCHEN SYSTEMS SERVICES BLANKET PURCHASE AGREEMENT (BPA) FOR Department of Defense Educational Activity (DODEA)/Domestic Dependent Educational & Secondary Schools (DDESS) AREA SCHOOLS AT FORT BRAGG/POPE AFB, NORTH CAROLINA

Notice Date
9/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-12-FB-KITCHEN
 
Response Due
9/11/2012
 
Archive Date
11/10/2012
 
Point of Contact
Tiffany Brooks, 8178861181
 
E-Mail Address
USACE District, Fort Worth
(tiffany.s.brooks@usace.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. PART: U.S.GOVERNMENT PROCUREMENT SUBPART: SERVICES OFFADD: U.S. Army Corps of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Forth Worth, TX 76102-0300 SOL: W9126G-12-FB-KITCHEN DUE: (14 days from publish date) POC: TIFFANY BROOKS Contract Specialist (817 886-1181) This is a combined synopsis/solicitation for Kitchen Systems Services intended for performance within NAICS 238290, prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with the additional information included in this notice. This announcement is to solicit interest for the establishment of a BPA and will be the only solicitation/synopsis to be issued for this service. Responses are requested and additional solicitations or synopses will not be issued. In support of the Small Business Association and DoD Congressionally mandated small business goals, this is a Small Business set aside announcement. It is the intention of the Government to award a minimum of three (3) Blanket Purchase Agreements (BPAs) to those firms who demonstrate they are capable of providing services to the DDESS area of operation as identified by the requirements in this document, but the Government reserves the right to make a single award from this solicitation/synopsis. The Government reserves the right to make an award on initial responses received. The Government reserves the right to enter into discussions if necessary. The BPA duration will be for a one-year base period and may be extended in one-year increments not to exceed a total of three-years for the BPA. The establishment of the BPA does not imply any agreement on the part of the Government to place future calls, orders or contracts with the BPA holder. The Government makes no representation as to the number of calls or actual amount of work to be ordered. Interested firms must identify their interest and capability to perform to the requirements set forth in this solicitation/synopsis to be considered for award of the solicited BPAs. The awarded BPA will be an agreement capable of fulfilling the requirements of performance for DoDEA/DDESS as stated in the Performance Work Statement (PWS) and through-out the complete period of performance as established by the specific award. No calls will exceed the amount of $150,000. The aggregate amount of the BPA will be approximately $200,000 per year with a total maximum of $500,000 for the total three-year duration of all options. ALL QUOTES ARE TO BE IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT. The Government will evaluate all submitted responses in accordance with the submissions and evaluation criteria described herein as part of a Single-Step Solicitation Process. The purpose of this description is to establish a uniform submission and evaluation procedure for the technical evaluation of responses by the Government and the development of a Best Value Decision. In as much, the submittal shall describe the capability of the Offeror to perform the requirements and be specific and complete. Responses to this announcement must include your: (1) past performance information for a minimum of three relevant similar projects to include contact names, addresses, phone numbers, contract numbers as well as a description of the supplies/services provided. (2) published pricelist and or labor rates, and (3) short narrative explaining your ability to perform work. The proposal should be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform all requirements. The proposal should be practical, legible, clear, and coherent. The Contracting Officer will award a BPA to those responsible Offeror whose submittals conforms to the solicitation/synopsis and offers the best overall value to the Government, considering all factors described herein. The Government will not award a BPA to an Offeror whose submittal does not adhere to submission requirements. BLANKET PURCHASE AGREEMENT (BPA) PERFORMANCE WORK STATEMENT FOR KITCHEN SYSTEMS SERVICES FORT BRAGG AND POPE AIR FORCE BASE REGIONAL SCHOOLS NORTH CAROLINA The following Performance Work Statement (PWS) sets forth the general requirements for providing Kitchen Systems BPA Services for multiple schools facilities and plant. 1. GENERAL: Contractor shall provide all personnel, labor, plant, equipment, parts, tools, supplies, management, transportation and other items necessary to perform but not limited to provide installation, replacement, preventative maintenance, scheduled maintenance, inspection services, emergency and repair services, schedule/demand services, state and federal required inspections to properly maintain the kitchen equipment and systems and provide maintenance, repair, equipment procurement, installment, and replacement, as well as disposal of equipment and materials located in nine DDESS Schools at Fort Bragg and Pope Air Force Base Regional Schools, North Carolina. 1.1WORK REQUIRMENTS will be defined in individual scopes of work issued with each order (call) under this BPA, if and when requested by the Government in accordance with the terms and conditions of the awarded BPA. Each response to a call will, as a minimum, include the scope of work, the estimated cost for that work, and the primary point of contact for the specific order (call). 1.2 HOURS OF WORK: The contractor shall accomplish normal on-site services between the hours of 7:00 AM and 5:00 PM, Monday thru Friday, as coordinated with the school logistics office. No work shall be performed on weekends or Federal Holidays without prior coordination with the logistics or maintenance director. 1.3 EMERGENCY SERVICES shall be available as needed. 1.4 RESPONSE TIME: Services shall be responded to as scheduled and coordinated with the school logistics director. It is to be expected that emergency on-site repair services shall be required to be responded to within four (4) hours of being notified of the emergency. 2 PERSONNEL 2.1 Point of Contact (POC). The Contractor shall provide a primary Point of Contact who shall be responsible for the delivery and performance of the work. The name of this person, and any alternate(s), to include duty hours and telephone numbers, shall have full authority to act on behalf of the Contractor's firm for the specific order (call) and shall be identified prior to performance. 2.2 The POC and any alternate(s) shall be able to fluently communicate in English. 2.3 The Contractor shall be accompanied at all times by personnel of the Fort Bragg School System in compliance with all DOD, Homeland Security, Federal and State laws and regulations. 2.4 Contractor personnel shall wear distinctive clothing bearing the company's name or wear a badge, which contains the company's name and the employee's name, picture and description, clearly displayed at all times while working at (Ft Bragg/Pope AFB and Regional Facilities). 2.5 Protective clothing, footwear and other items shall be in compliance with OSHA and/or other Federal/State/local requirements. 2.6 The Contractor shall be responsible for the conduct and appearance of his employees while working on Fort Bragg/Pope AFB and Regional facilities. The Contractor's employees shall remain fully clothed at all times while performing under this BPA; this includes shirts with sleeves, shoes and long pants. Tank tops, shorts and inappropriate tee shirts worn as outerwear are prohibited. The Contractor will be required to remove from the work site any employee working under this BPA for reasons of conduct, security, or found to be or suspected to be under the influence of alcohol, drugs and any other incapacitating agents. Removal from the work site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required. 2.7 All personnel employed by the Contractor in the performance of this BPA, or any representative of the Contractor entering the Government, shall abide by all the regulations of the installation and of the DDESS school systems. 3 VEHICLE REGISTRATION: The Contractor shall comply fully with the vehicle registration requirements regarding contractor-owned and contractor employee privately owned vehicles (POVs) as set forth in Ft Bragg/Pope AFB vehicle regulation 190-5. This regulation can be found at http://www.bragg.army.mil/psbc-pm/Information/VehicleRegistation.htm. Any questions regarding this regulation may be directed to 910-432-8193. Please be advised that Contractor vehicles and contractor employee POVs are subject to searches if the appropriate passes/decals are not displayed when entering Ft Bragg/Pope AFB Access Control Points (ACPs). All vehicles, including those with passes/decals, are subject to random search at any time. All vehicles without either a military decal or GSA tags are required to enter FT Bragg/Pope AFB through designated Access Control Point (ACP) for inspection. 4 CONTRACTOR FURNISHED ITEMS AND SERVICES. 4.1 Certificates, Licenses, Training and Permits. The Contractor shall, at no additional cost to the Government, obtain all certificates, licenses and permits required for performance of BPA services, and for complying with all applicable local, state, and Federal laws, rules and regulations. Contractor shall provide training certificates and authorized factory servicing agreements upon request. 4.2 Reporting Relationship: Upon arrival at the job site, the service personnel will report to and the school Facility Manager. The Facility Manager will assist in the access to work sites and identification of priorities as necessary. 4.3 Schedule: Contractor shall submit work schedule for government coordination prior to start of service on all BPA calls. SUBMISSION REQUIREMENTS AND INSTRUCTIONS: The responses to this solicitation/synopsis shall be submitted VIA EMAIL ONLY. Ensure that the email is clearly marked to indicate its contents; and the identity of the firm submitting. Do not include links to websites in lieu of incorporating information into your proposal. Do not include exceptions to the terms and conditions of the requirements as described herein. The Government intends to evaluate submittals and award each BPA without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Submit only the electronic files specifically authorized and/or required elsewhere in this section. Do not submit excess information, to include audio-visual materials, electronic media, etc. All pages should be numbered. Proposal should be submitted using Times New Roman font with a font size NO smaller than 11. All page margins should be at least 1 inch wide and may include headers and footers. Offerors that include in their proposals information that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, must be clearly marked in accordance with the instructions at FAR 52.215-1, "Instructions to Offerors-Competitive Acquisition", paragraph (e), "Restriction on disclosure and use of data". In the case of an Offeror that is part of a larger, multi-segmented business concern (i.e., has different functions or groups that do plumbing, electrical, HVAC, etc), provide information directly pertaining to the specific segment of the business concern (i.e., the division, group, unit, etc.) that will perform work under the specific announced BPA. Offeror shall provide sufficient detail in their technical proposal to allow a prompt, accurate review and evaluation by the Government. Proposal legibility, clarity, cross-referencing, coherence, and contents will be important. The proposal shall be organized and tabbed in same factor order as depicted in the chart shown below. Failures to submit and organize proposals as requested may adversely affect an Offeror's evaluation. Clear identification of the pertinent details shall rest as sole responsibility of the Offeror. The original and all copies of the submittal will be appropriately labeled as such. Each set shall be organized using the tabs as specified herein. The following page limitations are established for each factor described below: Factor 1 Business Type/Classification & Firm Information Narrative - shall not exceed two (2) pages. Factor 2 Technical Capabilities Narrative: Narrative shall not exceed four (4) pages. Factor 3 Past Performance/Specialized Experience: One Past Performance Information Worksheet (PPIW) per project (minimum of 3 projects, maximum of 5 projects) with a supplemental narrative; shall not exceed two (2) pages per each example. No limitation on CPARS evaluation sheets if included. NOTE: Pages furnished for organizational structure diagram purposes only, "Table of Contents" or divider tabs, are not included in the page limitation. The Government will not evaluate any information beyond the page limitation as noted above. Evaluation Location Description Factor FACTOR 1Tab A Business Type/Classification & Firm Information Narrative FACTOR 2Tab B Technical Capabilities Narrative (Ability to Perform Services) FACTOR 3Tab C Past Performance/Specialized Experience Narrative (Required/Relevant Experience) Submittals will be evaluated based on the criteria identified in individual Factors shown in the chart. Material omissions may cause the technical proposal to be rejected as unacceptable. Submissions that tend to be vague, generic, or lacking detail may be considered unacceptable. The failure to include information requested in the individual factors may result in the offer being found deficient and therefore unacceptable. The Government cannot make award based on a deficient or unacceptable offer. Receipt of an "Unacceptable" determination of acceptability for any factor will make the offer ineligible for award, unless the Government elects to enter discussions and deficiencies are remedied in a revised proposal. FACTOR 1: BUSINESS TYPE/CLASSIFICATION & FIRM INFORMATION. GENERAL: It is the objective of this solicitation/synopsis to give priority consideration to those firms who are classified as (1) Small Business per SBA identifications, (2) meet the qualifications as established by the Small Business Administration and (3) preference to firms located in the Ft Bragg area. All Offeror's shall provide a narrative detailing their small business status as well as the firm's information as requested in this solicitation/synopsis. Firms shall detail their level of self performance for the required work and the level of all sub-contractors. Joint Venture partners should each demonstrate experience commensurate with their roles and explain in the subject narrative how their experience qualifies them for their role for these BPA's. The narrative shall also include the role and participation of each partner. Included in this Factor is the requirement to submit price-lists and/or labor rates. SUBMISSION AND EVALUATION REQUIREMENTS: The Government will evaluate the Offeror's narrative on the requirements as described herein. The Business Type/Classification & Firm information narrative shall describe the Offeror's status as a small business, large business, joint venture, etc. The narrative shall list the SAM registration status (with current date or expiration), DUNS number and Cage Code as well as the NAICS codes as applicable. (A copy of the SAM page can be included as an attachment to this Factor for expedient review but is not required and if included, will not count as to the total page count for this factor.) If the Offeror identifies themselves as a small business, the classification as defined by the SBA - that is, Women Owned, 8a, Service Disabled, etc. The narrative shall include all information relevant to the firm as to address and primary office location, address of secondary or sub-contractor offices, telephone numbers, size, required certifications for applicable trades, and any other pertinent information directly related to the nature of the firm being submitted - that is, management-oversight, self-performing, etc. More consideration will be given to those Offeror's who are self performing - that is, the primary business function of the firm is relevant to the PWS of this solicitation/synopsis. Each firm submitting will be evaluated on a Go/No-Go basis for meeting SBA classification status. Priority consideration will be given to those firms who are classified as Small Business and meet the qualifications as established by the Small Business Administration. Any business not identified by classification in the submittal or identified as a Large Business will receive a No-Go determination. The order of precedence for locality consideration is as follows: (1) those firms who are located within a 4-hour radius of Ft Bragg/Pope AFB regional school District will be given the highest consideration; rated as highly acceptable; (2) firms located outside the 4-hour radius but located in North Carolina and with current and established relationships with local contractors within the 4-hour response window; rated as acceptable; (3) firms located out of state but with current and existing established relationships with local contractors within the 4-hour response window; rated as acceptable; (4) firms located out of state and no apparent current relationships in local area; rated as unacceptable - and as such the entire submittal will be rejected as unacceptable. Price lists or labor rates shall be shown for the trades as applicable to this solicitation/synopsis. FACTOR 2: TECHNICAL CAPABILITIES. SUBMISSION AND EVALUATION REQUIREMENTS: The Government will evaluate the Offeror's narrative on proposed capabilities in terms of maintenance and repair considerations and the Offeror's approach to meeting requirements as described in the PWS. Discuss, by trades, the approach required for all requirements of work, demonstrating the Offeror's understanding of the PWS. Discussions shall also address the firm's capability to respond and perform repair and maintenance functions, as applicable. Greater consideration will be given to those Offerors who, as a function of their firm, primarily perform the type of work requirements as described in the PWS for the type of BPA being solicited. For example, a solicitation/synopsis for a Plumbing BPA would be directed to firms who do plumbing work as a primary function of their business or plumbing is one of several major operations within the firm. A firm operating as a management oversight or pass thru type operation is less favorable for the intended BPA. The Government will evaluate the capabilities submitted to ensure the Offeror has considered all requirements as listed in the PWS, to include response times and primary trade functions of the proposed firm. The Government will give greater consideration on work performed as a primary or self-performing contractor than as a management or oversight firm with respect to the type of BPA being solicited. The order of precedence for consideration is as follows: (1) firm has a primary function as self-performing in the functions of the PWS; rated as highly acceptable; (2) firm performs at least 50% work of the PWS and sub-contracts the rest to one specific firm in performance of the PWS; rated as acceptable; (3) firm is a multi-functional firm that performs at least 25% of the work and oversees other contractors in performance of the PWS; rated as acceptable; (4) firm operates completely as a pass-thru or management over-sight firm; rated unacceptable - and as such the entire submittal will be rejected as unacceptable. FACTOR 3: PAST PERFORMANCE/SPECIALIZED EXPERIENCE. SUBMISSION AND EVALUATION REQUIREMENTS: Offerors shall be evaluated on their recent, relevant experience with experience similar in size, scope and complexity to the scope of work for this BPA. Past performance refers to the extent and quality of recent, relevant experience, from a subjective perspective. Offerors shall be evaluated on similar type services and/or work completed or in progress in the last five years that are same and/or similar in nature to the BPA requirements being solicited. Offerors shall provide their team's recent, relevant experience with work similar in size, scope and complexity to the requirements in the PWS. Each firm will be rated on its own performance; a firm may not solely establish past performance based on the past performance of a proposed sub-contractor or firm, apart from that of the firm if the firm was acting in an oversight management type function. The Offeror's past performance will be evaluated to determine technical capability to perform the proposed services described in the BPA PWS. The information presented in the Offeror's submittal, together with that from other sources available to the Government (such as CPARS) will comprise the input for evaluation of this factor. The Offeror shall provide project information on at least three (3) but no more than five (5) completed or current in-progress service type examples (preferably BPA's or other maintenance service contracts) within the last five (5) years that best represent their experience relevant to the PWS for this BPA. As a minimum, provide the data as specified in the Past Performance Information (PPI) format shown in the following paragraph as part of the narrative submittal. This is a predominate method of evaluating past performance along with any accompanying narrative for that particular example. COMPANY PAST PERFORMANCE INFORMATION (PPI) NARRATIVE for KITCHEN SYSTEMS SERVICES FORT BRAGG AND POPE AIR FORCE BASE REGIONAL SCHOOLS NORTH CAROLINA Use this suggested format as a guide per each example submitted. (This information along with the Supplemental Narrative shall be a maximum of two (2) pages.) Firm's Name Accomplishing Work Type of Work Location of Work General Scope of Work Role (Prime, Joint Venture, Subcontractor, etc.) and Work Your Company Self-Performed (with % performed): Describe Relevancy to this Requirement Cost (Dollar Value of Effort) Contracting Officer and/or Owner's Point of Contact for Reference Name Company Telephone The Government will evaluate the Offeror's past performance to determine how relevant it is to the intended services being solicited. Work will be considered relevant to this effort if they are similar in complexity, type, scope, and/or magnitude. More relevant past performance will typically be a stronger predictor of future success and have more influence on the past performance assessment than past performance of lesser relevance. Relevant qualifiers include past governmental service agreements or contracts, experience in line with PWS description, and work on the Fort Bragg & Pope Air Force Base Regional Schools, North Carolina. The order of precedence for consideration is as follows: (1) PPI and supplemental narrative with three (3) - five (5) relevant examples to the PWS; rated as highly acceptable; (2) PPI only with three (3) - five (5) relevant examples to the PWS; rated as acceptable; (3) narrative only; rated as marginal; (4) no minimum examples or non-relevant experience will be rated as unacceptable and as such the entire submittal will be rejected as unacceptable. Government type service past performance will be given greater consideration than non-Federal Government past performance. Recent and relevant work in and around the Fort Bragg & Pope Air Force Base Regional Schools, North Carolina will be greater consideration than other experience in other areas. The Government will consider previous experience at the schools for which these BPA's will cover value added strength. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) BLANKET PURCHASE AGREEMENT FOR KITCHEN SYSTEMS SERVICE FORT BRAGG AND POPE AIR FORCE BASE REGIONAL SCHOOLS NORTH CAROLINA 9 July 2012 1.0 GENERAL 1.1 Description of Services: This QASP will establish oversight and surveillance for the Blanket Purchase Agreements (BPA's) established for Kitchen Systems Service per the Performance Work Statement (PWS) shown below for the DDESS schools located at Ft Bragg/Pope AFB Region of North Carolina. This plan sets forth the procedures and guidelines that the Corps of Engineers Southwest Fort Worth (SWF) will use in ensuring the required performance standards or services levels are achieved by the contractor. 1.1. Work Requiring Surveillance: The Contractors shall, in accordance with the terms and conditions set forth in the awarded BPA IDIQ, and more particularly, in each individually placed call for work, provide all personnel, labor, plant, equipment, parts, tools, supplies, management, transportation and other items necessary to perform but not limited to provide installation, replacement, preventative maintenance, scheduled maintenance, inspection services, emergency and repair services, schedule/demand services, state and federal required inspections to properly maintain the kitchen equipment and systems and provide maintenance, repair, equipment procurement, installment, and replacement, as well as disposal of equipment and materials. 2.0 PURPOSE 2.1 The purpose of the QASP is to describe the systematic methods used to monitor performance and to identify the required documentation and the resources to be employed. The QASP provides a means for evaluating whether the contractor is meeting the performance standards identified in the PWS to ensure that the government pays only for the level of services received. 2.2 This QASP defines the roles and responsibilities of all members of the integrated delivery team (IDT), identifies the performance objectives, defines the methodologies used to monitor and evaluate the contractor's performance, describes quality assurance documentation requirements, and describes the analysis of quality assurance monitoring results. 3.0 Performance Management Approach 3.1 The PWS structures the acquisition around "what" service or quality level is required, as opposed to "how" the contractor should perform the work (i.e., performance not prescriptive). This QASP will define the performance management approach taken by the COR to monitor and manage the contractor's performance to ensure the expected outcomes or performance objectives communicated in the PWS are achieved. Performance management rests on developing a capability to review and analyze information generated through performance assessment. The ability to make decisions based on the analysis of performance data is the cornerstone of performance management; this analysis yields information that indicates whether expected outcomes for the project are being achieved by the contractor. 3.2 Performance management represents a significant shift from the more traditional quality assurance (QA) concepts in several ways. Performance management focuses on assessing whether outcomes are being achieved and to what extent. This approach migrates away from scrutiny of compliance with the processes and practices used to achieve the outcome. A performance-based approach enables the contractor to play a large role in how the work is performed, as long as the proposed processes are within the stated constraints. The only exceptions to process reviews are those required by law (federal, state, and local) and compelling business situations, such as safety and health. A "results" focus provides the contractor flexibility to continuously improve and innovate over the course of the BPA as long as the critical outcomes expected are being achieved and/or the desired performance levels are being met. 4.0 Performance Management Strategy 4.1 The contractor is responsible for the quality of all work performed. The contractor measures that quality through the contractor's own quality control (QC) program. QC is work output, not workers, and therefore includes all work performed under this BPA regardless of whether the work is performed by contractor employees or by subcontractors. The contractor will engage in performance management to assess and monitor its own performance. The contractor will perform self-inspection for quality, timeliness, responsiveness, customer satisfaction, and other performance requirements. 4.2 The Government representative(s) will monitor performance to determine how the contractor is performing against industry norms. The contractor will be responsible for making required changes in processes and practices to ensure performance is executed and managed effectively. 5.0 ROLES AND RESPONSIBILITIES 5.1 The Contracting Officer (KO). The Contracting Officer (KO) is responsible for monitoring compliance to the terms of the BPA and the individual orders (calls), administration, and cost control and for resolving any differences between the observations documented by the Contracting Officer's Representative (COR) and the contractor. The KO will designate a COR as the Government authority for performance management. The number of additional representatives serving as technical inspectors depends on the complexity of the services measured, as well as the contractor's performance, and must be identified and designated by the KO. 5.2 The Contracting Officer's Representative (COR). The COR is designated in writing by the KO to act as his or her authorized representative to assist in administering the individual orders (calls) issued under this BPA. COR limitations are contained in the written appointment letter. The COR is responsible for technical administration of the project and ensures proper Government surveillance of the contractor's performance. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. Any changes that the contractor deems may affect awarded price of an order (call), terms, or conditions shall be referred to the KO for action. The COR will have the responsibility for evaluation of the contractor's work performance. Government surveillance may occur under the inspection of services clause for any service relating to this BPA. 5.3 Ordering Officers. The Ordering Officer is designated in writing by the KO to act as his or her authorized representative to administer the BPA and the individual orders (calls). The ordering officer will be a designated school official that will maintain a BPA log, BPA call file, and be authorized to place orders (calls) up to the limit established by the KO in writing. The ordering officer may also confirm the satisfactory completion of work and request payment of submitted invoices for completed work. 6.0 IDENTIFICATION OF REQUIRED PERFORMANCE STANDARDS, QUALITY LEVELS & PAYMENTS The required performance standards and/or quality levels are included in the PWS (attachment 1) and "Performance Requirements Summary" (attachment 2). If the contractor meets the required service or performance level, it will be paid the amount agreed on in the order (call). Failure to meet the required service or performance level may result in a payment delay or deduction from the requested invoice amount. Payment and Corrective Action: Full payment for a BPA order (call) will be provided upon verification of overall acceptable performance by the DDESS BPA COR at the school, as rated on quality, timeliness and cost. This verification will be recorded in a simplified performance evaluation form submitted to the KO and PM rating overall performance with a recommendation for payment. (Attachment 3) 6.1 METHODOLOGIES TO MONITOR PERFORMANCE 6.1.1 Surveillance Techniques. In an effort to minimize the performance management burden, simplified surveillance methods shall be used by the Government to evaluate contractor performance when appropriate. The primary methods of surveillance are: (1) Random monitoring and/or (2) 100% Inspection. Since each BPA order (call) is a Firm-Fixed-Price Contract, the Contractor's performance will be evaluated by assessing the milestones and deliverables associated with each individual order (call) according to two standards: quality and timeliness. For each of these performance standards, the COR will assign one of three ratings to the A-E's performance: superior, acceptable, or unacceptable as shown in Attachment 2. 6.1.2 Communications. The contractor is expected to establish and maintain professional communication between its employees and customers. The primary objective of this communication is customer satisfaction. Customer satisfaction is the most significant external indicator of the success and effectiveness of all services provided and can be measured through customer complaints. Performance management drives the contractor to be customer focused through initially and internally addressing customer complaints and investigating the issues and/or problems but the customer always has the option to communicate complaints to the COR or KO as opposed to the contractor. 6.1.3 Customer complaints, to be considered valid, must set forth clearly and in writing the detailed nature of the complaint, must be signed, and must be forwarded to the COR or KO. Customer feedback may also be obtained either from the results of formal customer satisfaction surveys or from random customer complaints. 6.2 Acceptable Quality Levels The acceptable quality levels (AQLs) included in Attachment 2, Performance Requirements Summary Table, for contractor performance are structured to allow the contractor to manage how the work is performed while providing processes for performance shortfalls. QUALITY 6.3 ASSURANCE DOCUMENTATION 6.3.1 Performance Management Feedback Loop. The performance management feedback loop begins with the communication of expected outcomes. Performance standards are expressed in the PWS and assessed using the performance monitoring techniques shown in Attachment 2. 6.3.2 Monitoring Forms. The Government's surveillance will be annotated using the monitoring forms in Attachments 3. The forms, when completed, will document the Government's assessment of the contractor's performance under the individual orders (calls) to ensure that the required results are being achieved. The form will be maintained in the BPA file at the school. 6.4 ANALYSIS OF QUALITY ASSURANCE ASSESSMENT 6.4.1 Determining Performance. Government shall use the monitoring methods cited in paragraph 6.1.1 to determine whether the performance service levels have been met. If the contractor has not met the minimum requirements, a corrective action plan may need to be developed to show how and by what date performance is intended to be brought up to the required levels. 6.4.2 Reporting At the completion of each individual order (call), the COR will prepare a written report for summarizing the overall results of the contractor's performance. This written report, which may be the just the completed quality assurance monitoring form (Attachment 3), will become part of the BPA documentation file. It will aid in the yearly required evaluation of the BPA contractor thru the CPARS. The COR must coordinate and communicate with the contractor and the KO to resolve issues and concerns regarding marginal or unacceptable performance and must should be clearly documented. Point of contact is Tiffany Brooks at Tiffany.S.Brooks@usace.army.mil. A solicitation will not be issued. Oral explanations or instructions will not be provided and any information given to an offeror(s) will be given in the form of a written amendment to the solicitation/synopsis to all offerors. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Evaluation factors are described within this solicitation/synopsis. These evaluation factors will be evaluated in accordance with Clause 52.212-4, Contract Terms and Conditions, as it applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. If you are not registered in the SAM, an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Responses are due 11 September 2012 not later than 9:00a.m., CST. Offers received by telegraph, modifications thereto, or cancellations of offers will not be accepted. FACSIMILE OFFERS: Facsimile offers, modifications thereto, or cancellations of offers will not be accepted. IMPORTANT NOTES: (1) Remarks and explanations addressed during the conference shall not qualify or alter the terms and conditions of the solicitation/synopsis. (2) The terms and conditions of the solicitation/synopsis remain unchanged unless the solicitation/synopsis is formally amended in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-12-FB-KITCHEN/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02868490-W 20120907/120906001208-1928abcac9a874fa49146d4d6b97d155 (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.