SOLICITATION NOTICE
R -- CENTRAL PROCESSING SERVICES
- Notice Date
- 4/25/2005
- Notice Type
- Solicitation Notice
- NAICS
- 561310
— Employment Placement Agencies
- Contracting Office
- Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-05-Q-0134
- Response Due
- 5/9/2005
- Archive Date
- 5/24/2005
- Description
- This notice 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal No. HHM402-05-Q-0134. This is a Unrestricted acquisition. The North American Industry Classification System Code is 561310 (formerly SIC code 7361) at a size standard of $12.7 million. The Contractor shall provide Application Review, Tracking, Security Interviews and Central Processing Services (CPS) IAW the Statement of Objectives entitled ?Central Processing Services (CPS)" CLIN 0001:Base Year, 16 May 05-31 Dec 05; CLIN 0002: Option Year One, 1 Jan 06-31 Dec 06; CLIN 0003: Option Year Two, 1 Jan 07-31 Dec 07; CLIN 0004: Option Year Three, 1 Jan 08-31 Dec 08; CLIN 0005: Option Year Four, 1 Jan 09-31 Dec 09. CENTRAL PROCESSING SERVICES (CPS) STATEMENT OF OBJECTIVES. 1. OBJECTIVES: Provide contractor services to conduct and complete civilian applicant HR and security processing prior to entry on duty (EOD) with the Defense Intelligence Agency (DIA). The Defense Intelligence Analysis Center (DIAC) has no space in which to house the contractor, therefore the contractor will perform these services at an offsite location within the Northern Virginia/District of Columbia Metro area. The most competitive offerors will include information about the professional atmosphere of its site, as well as the site?s proximity to easily accessible public transportation. 2. CPS SCOPE: The intent is to provide contractor-operated services to support various pre- employment functions that will provide outstanding customer service (as the first contact with DIA) to ensure the agency can expeditiously and accurately process highly-qualified personnel to meet our hiring needs. 3. REQUIREMENTS: a. Establish customer service oriented Human Resource Central Processing Services (CPS) to provide HR administrative support to the DIA interview and hiring process, along with the nomination and processing of applicant security clearances. b. Once DIA Human Resources Office (DAH) makes a conditional job offer to an applicant, DAH will simultaneously nominate the applicant to DAC (security), and forward the applicant information to the contractor for pre-employment processing. c. The contractor will disseminate and assist applicants with the completion of HR/employment and security forms and questionnaires. d. Capability for contractor-operated services to accommodate the proctoring of the Defense Language Proficiency Test (DLPT), the Oral Language Interview (OPI), along with security interviews. e. Arrange and administer travel, lodging, and local transportation arrangements along with the required administrative support to get applicants to and from the operated services for interview, testing, and/or processing activities. f. In coordination with DIA Travel Section, coordinate applicant travel, lodging, preparation of claim forms, and tracking of applicant travel claims. Ensure applicants arrive and depart from the operated services within specified timelines. g. Prepare and execute a program capable of processing approximately 1,200 applicants over the initial eight (8) month period, and the ability to process approximately 1,800 applicants each follow-on year. h. Upon request, extract applicant resumes from agency applicant tracking database, alphabetize, categorize by occupational series, and bind in support of agency hiring and placement board operations. i. Establish flexible operating hours that will accommodate weekend, and if required, evening processing of applicants. j. Provide qualified (credentialed) background investigators to conduct security interviews prior to the submission of security clearance nomination packages. k. Ensure accuracy of the preparation of HR employment and security nomination forms and questionnaires. l. Deliver completed applicant HR and security forms to DIA within specified timelines and error rates subsequent to the applicant?s departure from the contractor operated services. m. Perform applicant security interviews and other security tasks specified by DIA Security activities. n. Meet defined performance metrics. o. Ability to provide the delivery of required HR or Security documentation to the DIA or another predetermined location. p. Maintain capability to prepare finger print documents. q. The contractor shall provide documentation reflecting the proposed skills and credentials of the staff who will be assigned to meet the objectives of this request for proposal. r. The contractor shall prepare a proposal which addresses specifically how the above objectives will be met, a work breakdown structure and schedule of deliverables. 4. CONSTRAINTS: a. Security interviews and reviews must be accomplished accurately and within three days of Agency request, subjective to applicant?s availability, in order to accommodate fluctuations in the clearance process of civilian and contractor candidates up to the level of TS/SCI. b. Period of performance for base year of this task order will not exceed initial 8 months with four option years. c. All contract personnel must be cleared at the TS/SCI level upon assignment. d. Capability must be fully operational NLT 13 May 2005. 5. MEASURES OF SUCCESS: a. Speed and accuracy of processing applicants. All applicants must be processed within 10 business days from receipt of processing request. b. Quality and accuracy of candidate processing. c. Execute contractor operations within budget. CRITERIA FOR CONTRACT AWARD: Award will be made to the responsible offeror whose offer, conforming to the solicitation SOO, is determined to be the best overall value to the Government, price and other factors considered. The Government may award a contract on the basis of initial offerors received, without discussions. Proposal shall be in accordance with contractor's MOBIS GSA Schedule. (a) Basis for Award. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value to the Government, price and other factors considered. (b) The Government will perform a trade-off analysis of non-price factors against price to determine the best value to the Government. Offers that are unrealistically low in total price will be considered indicative of a lack of understanding of the complexity and risk in meeting contract requirements and will not be considered for award. (c) Relative weight. Non-price factors (Technical, Past Performance and Management), when combined, are more important than price. Of the non-price factors, technical and past performance, which have equal weight, are more important than management. The importance of price in the evaluation for award will increase as the relative differences in non-price factors of offerors decreases. (d) Evaluation Factors. In selecting the best overall value, the following factors will be evaluated: (1) Technical. The proposed technical solution and approach will be evaluated for its quality and evidence of the extent to which the contractor?s solution will achieve DIA objectives. Evidence of the quality of the technical solution and approach includes: (i) Subfactor (1) ? A comprehensive performance work statement and contract work breakdown structure that identifies the services to be delivered to meet program and mission requirements set forth in the SOO.(ii) Subfactor (2) ? A sound technical proposal that clearly demonstrates how implementation of proposed solutions will provide the various pre-employment functions necessary to ensure the agency can expeditiously and accurately process high-qualified personnel to meet hiring needs. (2) Past Peformances. Must demonstrate successful past performance on similar projects. This factor will be used to determine the risks of non-performance, defective performance, and/or late performance by evaluating each offeror's reported quality of work and relevant experience with the type of solicited services. In evaluating past performance, the Government may contact some or all of the references provided by the offeror and may contact other sources of information. The Government may evaluate the past performance of the offeror's proposed key subcontractors, predecessor companies, or key personnel who have relevant experience to the extent warranted. Only relevant experience will be considered for past performance purposes. An offeror with no record of relevant past performance will be given a "neutral" rating for past performance. To assess reported quality of work and relevant experience with the type solicited services the offerors must submit at least four (4) sources, including contact name, phone number, contract number (if appropriate), project title and brief description of project. (3) Management - Must demonstrate a level of knowledge, experience, and resources needed to complete the project to meet the Government's technical expectations in a timely manner. Must have the ability to assign sufficient staff to perform the outlined tasks and have access to an array of advice from other knowledgeable staff, if necessary. (4) Price. (e) A definition of the evaluation ratings is as follows: RATING DEFINITION Excellent - The Contractor's proposal offers approaches/solutions that, if implemented, are expected to result in a superior achievement of the task in the Statement of Work with minimal risk. An excellent rating indicates that the proposal contains significant strengths and has few or no weaknesses. Good - The Contractor's proposal offers approaches/solutions that, if implemented, are expected to result in the achievement of the task in the Statement of Work with moderate risk. A good rating indicates that the proposal solution contains a number of strengths, but also some weaknesses. Marginal - The Contractor's proposal offers approached/solutions that, if implemented, are expected to result in the achievement of the task in the Statement of Work with high risk. A marginal rating indicates that the proposal solution contains strengths, but also significant weaknesses. Unacceptable - The Contractor's proposal offers approaches/solutions that, if implemented, are not expected to result in the achievement of the task in the Statement of Work with very high risk. An unacceptable rating indicates that the proposal solution might contain strengths, but also has significant weaknesses. The following FAR PROVISIONS are herby incorporated into 52.212-1, Instructions to Offerors-Commerical Items FAR 52.212-3 OFFERORS REPRENSENTATION and CERTIFICATIONS-COMMERICAL ITEMS (JAN 2005) ALT I (APR 2004). Offerors must complete and submit a copy of 52.212-3 ALT I in their proposal. FAR CLAUSES: 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERICAL ITEMS is hereby incorporated. 52.217-9, OPTION TO EXTEND SERVICES. All questions/inquiries concerning the RFP document must be submitted in writing to Leon.Patton@dia.mil. Do not mail any questions/inquires. Offerors may fax questions/inquiries to (202) 231-2831; Attn: Leon N. Patton, Jr. You must confirm receipt of your faxed questions/inquiries Ph: (202) 231-1882. All RFPs (1 original and 2 copies) are due NLT 9 May 2005, 2:00 PM EST. E-mail or hand deliver your proposals. To retrieve the following attachments: Past Performance Questionnaire, instructions to prepare proposals, and for more information regarding this requirement refer to presolicitation notice HHM402-05-Q-0134-A.
- Place of Performance
- Address: VIRGINIA CONTRACTING ACTIVITY, 200 MACDILL BLVD., BLDG 6000, BOLLING AIR FORCE BASE, WASHINGTON, DC
- Zip Code: 20340-5100
- Zip Code: 20340-5100
- Record
- SN00795382-W 20050427/050425212213 (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 |