Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

U -- Logistics Engineering Support

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-14-P-0339
 
Response Due
9/26/2014
 
Archive Date
11/21/2014
 
Point of Contact
Emily K Bowers, 2563139170
 
E-Mail Address
ACC-RSA - (Missile)
(emily.k.bowers.civ@mail.mil)
 
Small Business Set-Aside
Total HBCU / MI
 
Description
(1)Description a.This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. b.W31P4Q-14-P-0339 is issued as a request for quotation (RFQ). c.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76, dated 25 August 2014. d.This procurement is set aside for Historically Black Colleges/Universities and Minority Institutions. The NAICS code is 541330, and the small business size standard is $38,500,000.00. e.Description of requirement: The services to be acquired are for the development and facilitation of workshops focused on Logistics Engineering for the Engineering Directorate of the Aviation and Missile Research, Development, and Engineering Center (AMRDEC); the development of Logistics Engineering metrics, training development; and engineering project support. Requirements: 1)The contractor shall develop and facilitate three (3) workshops to be held in Huntsville, Alabama. The workshops shall be scheduled in coordination with the AMRDEC contract technical representative. The contractor shall provide all handout materials in accordance with (IAW) DI-ILSS-80872 required for the workshops. The workshops shall: 1.Serve as process analysis resource for existing logistics engineering efforts. 2.Assist with the development of a research capability within AMRDEC to investigate, develop and test new logistics technologies and methodologies. 3.Further identify and develop logistics engineering and sustainment activities throughout the DoD Life Cycle. 4.The contractor shall conduct training or a site visit to a related organization for each workshop relating to the workshop topic. The training or site visit shall focus on the practical application of Logistics Engineering tools and skills for Logistics Engineers to utilize within the PM environment. The training shall make substantial use of case studies and hands-on exercises. 2)The contractor shall work with the AMRDEC Logistics Engineering team to identify training gaps and conduct analysis of training courses to fill those gaps. The contractor shall provide one training/class related to Logistics Engineering for use in the training of logistics engineers. The topics, dates, duration and location of the course(s) will be coordinated and approved by the AMRDEC. The contractor shall deliver all training/course materials IAW DI-ILSS-80872. 3)The contractor shall construct a set of Logistics Engineering Metrics IAW DI-MISC-80508B to measure logistics engineering performance at individual and organizational levels. Metrics shall be selected to determine impact on cost and key warfighter metrics. System shall include a Dashboard and be based on a balanced scorecard approach. 4)The contractor shall provide engineering support and analysis and prepare Minutes/Recommendations IAW DI-ADMN-81505 for special projects for Logistics Engineers supporting AMCOM Weapon Systems. This could include data mining, modeling, research on relevant topic, and data analysis. Any related documentation to these special projects shall be provided IAW DI-MISC-80508B. 5)Contractor task efforts shall not require access to classified information. 6)The contractor shall be required to travel in the performance of this task. For planning purposes, the contractor shall assume there will be trips as dictated aforementioned tasks. The contractor must receive approval from the COR prior to arranging travel to the workshops, and training. Five trips are estimated to attend the workshops and training session. After completion of travel, a trip report shall be prepared IAW DI-ADMN-81505. Deliverables: 1)The contractor shall deliver a trip report IAW DI-ADMN-81505 as required for any travel outside the Huntsville, AL, area and for any formal meetings attended. 2)The contractor shall deliver a Record of Meeting/Minutes Report IAW DI-ADMN-81505 no later than (NLT) ten days after completion of each Advisory Panel Meeting. 3)The contractor shall deliver a Dashboard with Metrics List, Definitions, Aggregation Approach, and Reporting Format IAW DI-MISC-80508B NLT 30 days after task completion and shall provide the plan along with the supporting documentation. 4)The contractor shall deliver Documentation from Project Assistance f.CLIN 0001AA - Services - One Lot g.The period of performance will be 12 months from date of award. h.The place of delivery and acceptance will be AMRDEC, Engineering Directorate, Industrial Operations (IO) Division, Redstone Arsenal, AL 35898. i.Inspection, acceptance, and FOB point are Destination. j.The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. k.Offerors are to include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. l.The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. m.The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause at 52.212-5(b) and (c) are applicable to this acquisition: 1) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 2)52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 3)52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 4)52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 5)52.222-3, Convict Labor (June 2003) 6)52.222-21, Prohibition of Segregated Facilities (Feb 1999) 7)52.222-26, Equal Opportunity (Mar 2007) 8)52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 9)52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 10)52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 11)52.239-1, Privacy or Security Safeguards (Aug 1996) 12)52.222-41, Service Contract Labor Standards (May 2014) 13)52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) n.Award shall be made by Standard Form 1449, Solicitation/Contract/Order for Commercial Items after submission of an acceptable written technical proposal detailing how the offeror shall meet the government's requirements and submission of an acceptable pricing proposal with proper substantiation. o.The anticipated award date is 26 September 2014. p.A firm-fixed-price purchase order is anticipated. The proposed acquisition will be restricted to North Carolina A&T State University, a Historically Black College/University (HBCU), under the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. q.All responsible sources may submit a capability statement, proposal, or quotation, in response to this solicitation which shall be considered by the agency. r.Responses to this synopsis will only be accepted electronically. Responses may be sent to Ms. Emily Bowers at emily.k.bowers.civ@mail.mil. Telephone or facsimile responses will not be accepted. s.Contact Ms. Emily Bowers, (256)313-9170, for information regarding the solicitation. t.In accordance with FAR 5.203(b), this synopsis will be posted for 4 days. (2)Place of Contract Performance: Greensboro, NC, and Huntsville, AL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ecc875dc4ec4f8b9601f005e63ab76e1)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03523226-W 20140924/140923000631-ecc875dc4ec4f8b9601f005e63ab76e1 (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.