SOLICITATION NOTICE
R -- Change Management Program for the Naval Supply Systems Command (NAVSUP)
- Notice Date
- 5/22/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N00140-03-Q-2292
- Response Due
- 5/30/2003
- Archive Date
- 6/14/2003
- Point of Contact
- Michael Capilato, Contract Negotiator, Phone 215-697-9647, Fax 215-697-5418, - Rocco Siravo, Contracting Officer, Phone 215-697-9640, Fax 215-697-5418,
- E-Mail Address
-
michael.v.capilato@navy.mil, rocco.siravo@navy.mil
- Description
- FISC Norfolk Detachment Philadelphia intends to procure technical support to assess, plan, implement, and transfer a Change Management program. Request for Quotation (RFQ) N00140-03-Q-2292 contemplates a firm fixed price contract with a period of performance from the date of award for a period of nine (9) months thereafter. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, Test Program for Certain Commercial Items, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. This procurement will be conducted as a 100% Small Business Set-Aside. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS Code is 541611 and the size standard is $6M. It is requested that qualified sources are capable of providing the following Contract Line Item Numbers (CLINs): CLIN 0001 ? Services, Supplies, and Material in support of the assessment, planning, implementation, and transfer of a Change Management program in accordance with the Statement of Work; CLIN 0002 ? Travel in support of CLIN 0001. Quoters are required to provide a complete breakdown of prices submitted for each CLIN. The Department of Navy in general and the Naval Supply Systems Command (NAVSUP) in particular, are going through a period of radical change, known as transformation. NAVSUP is responsible for changing the way they deal with their customers, changing the way they deal with their major functions, reducing the infrastructure, changing business process and service delivery models, changing the organizational alignment, and changing the tools use to perform daily tasks. The contractor will be required to: develop a change management project plan of all required actions to provide NAVSUP the necessary process for change management for the current transformation efforts and for future changes; assess the current human landscape to determine the organization?s overall capacity to change, which should include an assessment of the risk of not implementing change management; develop a plan to mitigate the risks and exploit the opportunities identified during the assessment phase which should have specific actions and milestones identified and a way to assess progress; assist in implementing the above plan to include services that coach the NAVSUP change management team on how to implement the plan, train the change management team in change management elements and steps, and provide the change management team with the tools and techniques required to make the organization more adaptable for the current change being implemented and for future change; develop and implement a knowledge transfer plan to leave with the NAVSUP change management team that ensures change management is embedded into the future project management process. The Contractor shall provide the following deliverables: - Change Management Project Plan - required 20 days after contract award. - Change Management Team Charter - required 40 days after award. - Report on results of assessment to include rating of risk factors and required actions to mitigate the risks - required 60 days after award. - Plan to mitigate the risks and exploit the opportunities identified during the assessment phase - required 80 days after award. - Knowledge Transfer Plan - required 100 days after award. - Report on the status of implementing the Change Management Project Plan - Biweekly after plan is delivered and accepted. - Report on the status of implementing the knowledge transfer. - Various ad-hoc reports, briefs and other documents. Contractor shall keep the NAVSUP Change Management Team Lead advised of progress of tasks and any possible impediments to meeting the specified deliverables date as required. All deliverables to be provided are UNCLASSIFIED. All documentation shall be produced using MICROSOFT Office Products. The Government will provide the following information/access: access to applicable documents; access to various transformation personnel including Assistant Chiefs of Staff, Functional Leads, Public Affairs personnel, Field Commanding Officers and Executive Directors, first line supervisors, and other personnel in the Enterprise affected by transformation; access Badges for individuals on site; desk space when on site; telephone when on site. The majority of work will be performed in Mechanicsburg, Pa. However, travel to other Enterprise locations will be required. It is anticipated that two visits (not to exceed one week per visit) will be required to each of the following areas: Philadelphia PA, Norfolk VA, Jacksonville, FL, San Diego CA, Puget Sound WA, Honolulu HI, Washington, DC, and Yokosuka, Japan. The RFQ contemplates a firm fixed price contract, with the effort to be completed not later than (9) months after award. The requirement is being solicited through this combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, Test Program for Certain Commercial Items. Award will be made to the eligible, responsible quoter whose quote, conforming to the RFQ, represents the best value after evaluation in accordance with the factors in the RFQ. The RFQ will require the submission of: Price, Corporate Experience, Technical Approach, and Past Performance information, with the technical information considered more important than price. The provision at 52.212-1, Instructions to Quoters ? Commercial Items, is applicable with the Technical Information being evaluated as more important than price. The technical evaluation factors are listed as follows, and are of equal importance: Corporate Experience, Past Performance, and Technical Approach. In its technical submission, under Corporate Experience, the quoter shall demonstrate corporate experience in Change Management as the primary product of the Contractor?s business. Under Technical Approach the quoter should describe the company?s plan to successfully accomplish all requirements of the SOW. The technical approach should identify and describe the steps in the assessment, planning, and implementation of the Change Management program. Under Past Performance the quoter should demonstrate the ability to provide innovative solutions to unique situations; a broad and deep knowledge of change management practices in order to draw upon successful past experiences; past performance history that identifies experience working with public or private sector organizations of comparable size or complexity to NAVSUP. In addressing past performance, the quoter should address the following: history, organization, qualifications and work experience within the last two (2) years as they relate to the requirements of the SOW. The quoter(s) should describe its past performance on similar contracts it has held within the last two (2) years which are of similar scope, magnitude, and complexity to that which is detailed in the RFQ or affirmatively state that it possesses no relevant directly related or similar past performance. Relevant Past Performance information includes the following: change management programs, experience working with public or private sector organizations of comparable size to NAVSUP. Quoters who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to requirements of the RFQ. The quoter should provide the following information regarding its past performance: A. Contract Number(s); B. Name and phone number of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed; C. Dollar value of the Contract; D. Detailed description of the work performed; E. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s); and F. The number, type, and severity of any quality, delivery, or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. Quoters are advised to include a completed copy of the provisions at 52.212-3 and 252.212-7000, Quoter Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: 52.212-5 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.203-3, Gratuities; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition or Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan. Quotes shall be received in the bid room at FISC Norfolk Detachment Philadelphia, Bldg. 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 12:00 noon (local time) on 30 May 2003. Responses may be e-mailed to Mike Capilato at: Michael_V_Capilato@phil.fisc.navy.mil, provided the response is received by the time and date established above. For additional information concerning this requirement, please contact Mike Capilato, Code 02P21D, at (215) 697-9647.
- Record
- SN00331003-W 20030524/030522213735 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |