Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOLICITATION NOTICE

R -- Department of State, Office of Acquisition Management Acquisition Workforce Development and Acquisition Advisory Services - Package #1

Notice Date
12/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17Q0036
 
Archive Date
1/11/2017
 
Point of Contact
Andrew J. Lloyd, , Grayson E. Cochran,
 
E-Mail Address
lloydaj@state.gov, cochrange@state.gov
(lloydaj@state.gov, cochrange@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SAQMMA17Q0036 - RFQ Solicitation Information Statement of Objectives Statement of Objectives Department of State, Office of Acquisition Management Acquisition Workforce Development and Acquisition Advisory Services I. BACKGROUND The Office of Acquisitions Management (A/LM/AQM) provides the full range of professional procurement and grant services to customers worldwide, including acquisition planning, contract negotiations, cost and price analysis, and contract administration. AQM's acquisition activities in FY2016 were $8.5 billion covering overseas building operations, diplomatic security domestic and overseas local guard services, IT equipment and services, weapons abatement programs, law enforcement and anti-narcotics support, furniture and furnishings, secure procurements, and operational and support services. An organization of approximately 300 acquisition professionals in Washington, DC, Regional Procurement Support Office - Frankfurt, Germany, and Regional Procurement Support Office - Fort Lauderdale, Florida, AQM is responsible for approximately 90% of the State Department's operational acquisitions. II. OBJECTIVE OR SCOPE OF EFFORT The objective of this procurement is to obtain training, development, and consulting services for enhancing the AQM acquisition workforce capability in developing acquisition strategies, achieving cost savings for the government, collaborating with industry partners, providing customer service, and performing quantitative/qualitative data analyses needed for developing sourcing strategies. The Government desires to achieve the following objectives: •TRAINING - The objective of this requirement is to procure a series of trainings that emphasize industry knowledge, technical skills, and business relationship management in an acquisition based environment and delivered in a manner that enables every participant to apply learned skills and competencies immediately to their workplace/work products. The desired outcome is that each participant is exposed to those competencies that are critical to building solid work relationships and to improve customer experience. •ACQUISITION CONSULTING - The objective of this requirement is to procure consulting/advisory support in the development and execution of AQM procurements. The end goal is to achieve faster development/execution of solicitation requirements, enhance customer service, minimize the risk of protests, and provide on-the-job learning experience for the AQM contracting workforce. III. TASKS/DELIVERABLES 1)Training - The Contractor shall provide training modules that provide participants with exposure and practical knowledge of industry practices and its impact to federal solicitation practices. The training modules must also provide technical approaches for improving customer service, cost saving sourcing strategies, and market research on federal procurements. 2)Acquisition Consulting - The Contractor shall review, advise, and provide acquisition strategy recommendations by leveraging the contractor's expertise in both the buyer and the seller's process in federal procurement. The contractor is expected to engage with all applicable members of the acquisition team (i.e. contracting, end-user, finance, small business office, and legal) to support activities associated with implementing acquisition strategy, which may include, but not limited to the following activities: assisting in the acquisition strategy development, assisting the development of solicitation documents, participating in acquisition peer reviews, conducting any additional market research, forecasting industry response to solicitations, assisting with briefing content, continually validate the business justification through quantitative/qualitative analysis. IV. Period of Performance One (1), 10-month base period and two (2), 12-month option periods V. Place of Performance All training locations will be specified by the Government prior to course delivery. All training will be within a five mile radius of 1700 North Lynn St., Arlington, VA. The work locations for Acquisition Consulting work will take place at various AQM offices located in Arlington, VA and the District of Columbia. The Contractor may be required to travel locally to end-user offices in support of the Acquisition Consulting service, and may provide services remotely using email, telephone, and video teleconferencing, as needed. VI. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT AND SERVICES The Government will provide a training room, projector, and networks at the prime location of the contract performance. Classrooms will be equipped with audio-visual systems for course presentations, including internet access if required. AQM Workforce Development and Consulting INTRODUCTION: 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is SAQMMA17Q0036 and the solicitation is issued as a request for quotation (RFQ). CONTRACTING OFFICE: U.S. Department of State Office of Acquisition Management (A/LM/AQM) 1700 N Lynn St, Arlington, VA 22209 Point of Contact: Andrew Lloyd, Contracting Officer Email: LloydAJ@state.gov Secondary Point of Contact: Grayson Cochran, Contract Specialist Email: CochcranGE@state.gov ACQUISITION AUTHORITY: This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 1 November 2016. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE AND FULL TEXT: The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Contract Terms and Conditions - Commercial Items per FAR clause at 52.212-4 apply to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, found at FAR clause at 52.212-5, also apply to this acquisition. The following clauses cited within clause 52.212-5 are applicable to this acquisition: 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Other Provisions and Clauses: 52.203-5 Covenant Against Contingent Fees (May 2014) 52.217-8 Option to Extend Services (Nov 1999) 52.202-1 Definitions (Nov 2013) 52.203-7 Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items (Nov 2016) 52.249-2 Termination for Convenience of the Government (Fixed-Price) (Apr 2012) 52.245-9 Use and Charges (APR 2012) 652.225-71 SECTION 8(a) OF THE EXPORT ADMINISTRATION ACT OF 1979, AS AMENDED (AUG 1999) 652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (AUG 1999) (End of provision) 652.206-70 ADVOCATE FOR COMPETITION/OMBUDSMAN (FEB 2015) (a) The Department of State's Advocate for Competition is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged first to contact the contracting office for the solicitation. If concerns remain unresolved, contact: (1) For solicitations issued by the Office of Acquisition Management (A/LM/AQM) or a Regional Procurement Support Office, the A/LM/AQM Advocate for Competition, at AQMCompetitionAdvocate@state.gov. (2) For all others, the Department of State Advocate for Competition at cat@state.gov. (b) The Department of State's Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the contracting activity ombudsman, Ray Bouford, at telephone 703-875-5429. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1696 or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 1060, SA-15, Washington, DC 20520. (End of provision) SMALL BUSINESS SET ASIDE STATUS: This combined synopsis/solicitation is a 100% Small Business Set Aside. The associated NAICS code is 541618 – Other Management Consulting Services. The associated size standard is $15,000,000.00. EVALUATION CRITERIA: A firm fixed contract order is anticipated. Price will be evaluated in accordance with FAR 13.106-2 -- Evaluation of Quotations or Offers. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (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: (i) Technical capability to meet the Government requirement; (ii) price; (iii) quoted delivery schedule Technical capability and quoted delivery schedule, when combined, are more important than price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base period. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) RESPONSE REQUIREMENTS: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of successfully executing all requirements of the PWS. At a minimum, the proposal response must address the following: Required Content Page Limit Performance Work Statement (PWS) – The quote must include a PWS that addresses every element of the SOO No Limit Course titles, descriptions, proposed schedule. The response must clearly demonstrate the extent to which it addresses the training objectives as set forth in the SOO. No Limit Acquisition consulting. The response must clearly demonstrate capability to successfully achieve requirements as set forth in the PWS. Proposed deliverables should be clearly identified along with description and delivery schedule. The response may include resumes and commitment letters for proposed personnel performing the work. No Limit The response must include prices for the base period and options. While the contract type must remain firm fixed price, offerors may propose a CLIN structure (i.e., subCLINs, unitization) that aligns with the offerors approach for training and acquisition consulting. No Limit All questions shall be due by 23 December, 2016 at 9:00AM EST. Formal quotes shall be due by 27 December, 2016 at 9:00 AM EST. All questions and quotes must be submitted to: Andrew Lloyd - Contracting Officer - LloydAJ@state.gov Grayson Cochran - Contract Specialist - CochranGE@state.gov Offerors must reference solicitation number SAQMMA17Q0036.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17Q0036 /listing.html)
 
Place of Performance
Address: U.S. Department of State, Office of Acquisition Management (A/LM/AQM), 1700 N Lynn St., Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN04357658-W 20161223/161221234841-11612061cada5c0224efc3e6af03be31 (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.