Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

R -- Analytical Reporting Support Services

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-14-Q-0228
 
Archive Date
8/12/2014
 
Point of Contact
Randall J. Jewett, , Karen A Matsushima,
 
E-Mail Address
randall.jewett@usmc.mil, Karen.matsushima@usmc.mil
(randall.jewett@usmc.mil, Karen.matsushima@usmc.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION prepared in accordance with the format in FAR Subpart 12, 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 M67854-14-Q-0238 is issued as a Request for Quote (RFQ). This requirement is being set-aside for Service Disabled Veteran Owned Small Businesses, and the applicable NAICS code is 541611. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 30 May 2014 and DFARS DPN 20140528. DESCRIPTION OF SUPPLIES AND SERVICES: The Program Manager (PM) Medium and Heavy Tactical Vehicles (MHTV) requires an analytical reporting capability for the execution of the program office's portfolio oversight and management responsibilities. The contract line item numbers (CLIN) are as follows: CLIN 0001: Portfolio Management Tool and Support. Quantity: 12. Unit of Issue: Months. Period of Performance: 15 August 2014 to 14 August 2015. The CLIN will be F.O.B. Destination and shall be priced accordingly. The place of performance and delivery destination is to: PEO LS Attn: Jeffrey Speer Quantico, VA 22134-6050 Solicitation Provision FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition; addenda are as follows: INSTRUCTIONS TO OFFERORS: The Government intends to award one contract as a result of this solicitation. All proposals shall include pricing for F.O.B Destination, commercial warranty information for the products (s), SAM information, company point of contact information and alternate point of contract, and payment discount terms. General Instructions: All proposals shall comply with the instructions in FAR 52.212-1. The Government reserves the right to reject all offers and cancel the solicitation. Each response must provide supporting documentation to clearly and concisely address the capability of the Offeror (s) to meet all Performance Work Statement requirements. The Government will not assume that an Offeror possesses any capability, understanding, and/or commitment that is not specifically delineated and supported in its respective proposal. Quotes shall be prepared using "Times New Roman" 12- point font style on 8 ½ x 11 inch white paper with no less than 1" margins. Tables and illustrations may use a reduced font style, not less than 8 points. All material submitted must be single-spaced. Offerors shall ensure that each page provides identification of the submitted offeror, the RFP number, and page number in the header and footer. The title page, table of contents, the "requirements verification matrix", and any pages marked "This page intentionally left blank" shall not count against the page limits. All proposals shall address each requirement in the "requirement verification matrix." Offerors must map each requirement with supporting documentation within their technical proposal to ensure all requirements have been addressed. Offerors that do not address each requirement shall be considered non-compliant. Proposal organization shall be as follows. Any pages beyond the limits specified below will not be evaluated by the Government: Proposal Section: Page Limit: TECHNICAL SECTION: Technical Proposal Five (5) Pages. Past Performance One (1) Page. BUSINESS SECTION: Executive Summary/Transmission Letter One (1) Page. Price Proposal One (1) Page. Specific Requirements: Technical Proposal: Offerors shall address their business capability and approach to meeting the Performance Work Statement requirements. The Offeror shall describe how the offeror intends to manage and coordinate the task efforts of this solicitation, include planning, assigning responsibility, controlling personnel and subcontractors, controlling utilization of resources, tracking deliveries, and periodically monitoring performance and obtaining feedback. The Offeror shall describe the personnel allocated to complete each PWS requirement by providing a breakout of the labor hours and categories proposed for each task and shall explain why this allocation is appropriate for the effort. The Offeror shall address their proposed schedule for completion of this requirement. The Offeror shall address the education, experience, and expertise of proposed key personnel. The Offeror shall also state the availability of personnel proposed for this effort, specifically describing the positions and personnel which are readily available, contingent hires, or subcontractors. Past Performance: Offerors shall also submit one (1) past performance summary. This summary shall describe projects completed or in process by the Offeror for Government or commercial customers, within the last three (3) years, similar in relevancy and scope to the current requirements. This summary shall include current customer POC information. Offerors shall specifically address their experience with Department of Defense financial systems, and they shall describe any specific experience with professional or military organizations if applicable. If an Offeror does not have past performance, their proposal shall specifically acknowledge that. Offerors are advised that the Government may obtain past performance information from outside sources including CPARS, PPIRS, FAPPIS, and past performance questionnaires or interviews with the Offeror's prior customers. Price Proposal: Offerors must submit a unit price and total price for the contract line item number (CLIN). Failure to do so will render your proposal non-compliant. Submission: The quotation shall be submitted via email to the Contract Specialist at randall.jewett@usmc.mil with the following subject line: "RFQ M67854-14-Q-0228 Response (Insert Company Name)". The quotation shall be submitted in Adobe PDF or Microsoft 2007 compatible formats. Hard copies shall not be submitted. Electronic proposals must be in the Contract Specialist's inbox by the closing date and time for this solicitation. In addition, Offerors are advised that quotations should be submitted with enough time to confirm receipt in the event that the Government server blocks or strips your email. Therefore, the possibility that a proposal will not comply with the stated closing date/time exists; in such case, the proposal will be considered a "late submission." All requests for further information must be in writing via email to the above email address. No questions received telephonically will be accepted. EVALUATION FACTORS: The following provision is incorporated by full text into FAR 52.212-2, Evaluation - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •1. Understanding and Approach. For this factor, the Government will evaluate Offerors on the degree to which the proposal demonstrates knowledge, understanding, and capability to perform the tasks outlined in the Performance Work Statement (PWS). The Government will evaluate the degree to which the proposed overall allocation of labor resources demonstrates the Offeror's ability to meet the requirements of the PWS. The Government will also evaluate the level to which the qualifications associated with the proposed labor categories demonstrate the ability to successfully meet the requirements of the PWS. The following rating scheme will be used for this factor: Combined Technical/Risk Rating COLOR RATING DESCRIPTION Blue Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Purple Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Green Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are off-setting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Yellow Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Red Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. •2. Price. A total evaluated price for each Offeror will be calculated by summing the monthly unit price for the CLIN multiplied by twelve (12) months. The Government intends to make a price reasonableness determination on the basis of adequate competition. However, the Government may request other than cost and pricing data, if adequate competition is not received, and reserves the right to use any of the price analysis techniques set forth in FAR 15.404-1(b). •3. Past Performance. Past performance will be evaluated for relevancy based on the Offeror's experience performing tasks similar in size, scope, and/or complexity. Past performance shall also be evaluated to determine the level of risk posed on the basis of customer satisfaction with the Offeror's prior performance. Understanding and Approach is more important than Past Performance. All non-price factors, when combined, are more important than Price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (End of Provision) TERMS AND CONDITIONS: The following provisions and clauses are incorporated by reference: •• FAR 52.204-2, Security Requirements •• FAR 52.204-7, System for Award Management •• FAR 52.204-9, Personal Identity Verification for Contractor Personnel •• FAR 52.204-13, System for Award Management Maintenance •• FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation •• FAR 52.212-1, Instructions to Offerors - Commercial Items •• FAR 52.212-2, Evaluation - Commercial Items •• FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (ALT I) (Unless completed within the System for Award Management, offerors will include a completed copy with its offer) •• FAR 52.212-4, Contract Terms and Conditions - Commercial Items (no addenda applicable) •• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; the following FAR clauses cited in the clause are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management •• FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications •• FAR 52.232-39, Unenforceability of Unauthorized Obligations •• FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors •• FAR 52.233-4, Applicable Law for Breach of Contract Claim •• DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials •• DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials •• DFARS 252.204-7011, Alternative Line Item Structure •• DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information •• DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports •• DFARS 252.232-7010, Levies on Contract Payments •• DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel •• DFARS 252.239-7018, Supply Chain Risk •• DFARS 252.244-7000, Subcontracts for Commercial Items •• DFARS 252.7023, Transportation of Supplies by Sea Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the portfolio oversight and management support for the MHTV via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil < https://doncmra.nmci.navy.mil/ > < https://doncmra.nmci.navy.mil <https://doncmra.nmci.navy.mil/ > >. Offerors are required to be registered in the System for Award Management (SAM) and submit their DUNS Number and CAGE (Commercial and Government Entity) code with their proposal. Offerors must agree to register in WAWF (Wide Area Work Flow) for electronic payment. For WAWF registration assistance, contact https://wawf.eb.mil or 910-451-1242. Offerors must be registered and have an active SAM record prior to receiving award. Contractor Support Public Trust Determinations Per Marine Corps Systems Command Policy Letter 1-09, all Contractor support that require a CAC are required to submit a Standard Form 85P, "Questionnaire for Public Trust Positions," and two copies of DD Form 258 "Applicant Fingerprint Card" to the Command's Security Program office along with a personnel roster of submissions and an addressed Federal Express container addressed to OPM, 1137 Branchton Road, Box 618, Boyers, PA 16018. The Contractor is responsible for determining when adjudications have been entered by reviewing the notification status of their respective personnel. Once this has been completed, the Contractor may request the issuance of the CAC using the Contract Verification System (CVS) procedures. However, if issues are discovered, the Department of the Navy, Central Adjudication Facility (DONCAF) will place a "No Determination Made" in the Joint Personnel Adjudication System (JPAS) and forward the investigation to the submitting office for the Government to adjudicate. Any/all questions on the RFP shall be submitted via email and received no later than 18 July 2014 at 10:00 AM (EST). NO PHONE CALL WILL BE ACCEPTED. Questions received after this time will not be addressed. The closing date for this solicitation is Monday, 28 July 2014 at 1300 EST local time. Offerors are responsible for ensuring that their submitted proposals are complete, legible, and received by the closing date/time. Late proposals will be handled in accordance with FAR 52.212-1. Performance Work Statement : The Program Manager (PM) Medium and Heavy Tactical Vehicles (MHTV) requires a financial resource analytical reporting capability for the execution of the program office's financial portfolio, budget oversight and financial management responsibilities Specific functions will include the development of financial management analytical reporting tools for program investment decision-making. The analytical reporting tools shall be Excel based with logical charts to document proper personnel spread and workload. Reporting tools output (reports) shall be compatible with SharePoint 2010. Tasks to be performed by the Contractor require a working knowledge of and demonstrated ability with Standard Accounting Budgeting and Reporting System (SABRS), Execution Reports, NAVSEA Headquarters System (NHS), and MS Excel. This senior level work involves the creation of tools with the ability to be modified as needed, data extraction from the SABRS reporting tool for daily "actuals", and analysis of the data. This work involves access to the data, knowledge of where the data resides, how to retrieve it, and the proper way to incorporate the daily "actuals" into the analytical tools. The analytical reporting tools will provide a single view, built from the individual Marine Corps Program Code (MCPC) funding document level. This building block level will be used to develop the funding line extract reports and also to build NHS data. The Contractor shall have experience in and knowledge of USMC- NHS, Status of Funds from SABRS, and Execution Reports. The MCPC funding document level data analytical reporting tools will build the following: - PM and Deputy Program Manager (DPM) level view of individual funding documents for each MCPC for each appropriation. - Roll up of current and prior year execution status versus USMC-NHS Phase Plan Module (PPM) and Office Secretary Defense (OSD) bench marks. - Weekly and monthly external PM reports. Tasks: Contractor shall develop and maintain an analytical reporting tool(s) using Microsoft-based technologies with funding line information for the MHTV program management office. This tool shall be capable of: Incorporating daily SABRS and Status of Funds updates into the analytical reporting tool. Providing weekly variance analysis and funding line Quality Assurance (QA) within the analytical reporting tool. Contractor shall maintain the analytical reporting tool in support of: Troubleshooting. Configuration and capability enhancements based on program specific reporting requirements. Migration onto a MCEITS (SharePoint) or similar USMC-managed web presence. Contractor shall develop a User's Guide for the analytical reporting tool.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-14-Q-0228/listing.html)
 
Place of Performance
Address: PEO LS, Attn: Jeffrey Speer, 2000 Lester Street, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03424554-W 20140716/140715000406-1332c90416a0bae33d307dccda24ad75 (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.