Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

U -- FORSCOM LOGISTICS TRAINING CLUSTER (FLTC)

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort McPherson GA, ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE09R0024
 
Response Due
7/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
Debbie Culver, 404-464-1455<br />
 
E-Mail Address
ACA, Fort McPherson GA
(deborah.culver@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911SE09R0024 and is issued as a Request for Proposals. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611. This requirement is a Full and Open Competition. The contract type is Firm Fixed Price. The Mission and Installation Contracting Command Center Fort McPherson is soliciting offerors for this requirement to work with the FORSCOM Logistics Training Cluster (FLTC) Office at Fort McPherson, Georgia to support the training Water Purification Teams, Crews, Platoons, Detachments, and/or Water Supply Companies in the operation of the Tactical Water Distribution System (TWDS), and Water Storage and Distribution System (WSDS). The TWDS and WSDS employs the 3000 Gallon Per Hour Reverse Osmosis Water Purification Unit (3K ROWPU), the 600 GPH ROWPU, the Tactical Water Purification Systems (TWPS), and the Lightweight Water Purifier (LWP) on a sea or fresh water source at the Fort Story, Viriginia location. The Performance Work Statement (PWS) is included as an attachment to this solicitation. For a list of the Contract Line Items (CLIN), please see the attachment CLIN Structure. List of Attachments: PWS, CLIN Structure, Quality Assurance Surveillance Plan, PRS. FOB: Destination The offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors Commercial. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors must submit a completed copy of the provision at 52.212-3. FAR 52.212-4, Contract Terms and Conditions. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-8, 52.219-9, 52.219-16, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-43, 52.222-50, 52.225-13, 52.232-33, 52.233-3 Alt I, 52.233-4, 52.239-1, 52.222-41, 52.222-42,,. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact is designated in the CCR site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. Offers are due 15 July 2009 at 4:00 p.m., Eastern Daylight Time to the Mission Installation Contracting Center Fort McPherson, Attention: Deborah Culver, 1301 Anderson Way SW, Fort McPherson, GA 30330. Please contact Deborah Culver at 404-464-1455 for information regarding this solicitation. All questions regarding this combined synopsis/solicitation are due by 8 July 2009. Please send questions in writing via email to Deborah Culver at deborah.culver@us.army.mil Evaluation Criteria 1. 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. 2. All proposals in response to this solicitation will be evaluated using streamlined source selection procedures as outlined in the Army Source Selection Manual and the policies and procedures in accordance with FAR Part 15.3. A best value Lowest Price Technically Acceptable (LPTA) source selection process will be used for this requirement. 3. An offeror who receives a rating of acceptable and has the lowest total evaluated price (including options) will be awarded the contract. 4. In order to receive a rating of acceptable your offer shall contain all of the information listed in established standards/factors under the technical proposal and in accordance with the PWS. The following factors shall be used to evaluate offers: Factor 1: Technical Capability/Management Approach Describe your technical capability and management approach to satisfying the requirement. Your proposal shall include the following: a. Organizational Structure and Communication: Outline your proposed organizational structure. Explain the role of each team member/subcontractor/consultant, etc., as applicable to be used on for this requirement. Describe your process for managing and controlling the team members, to include the subcontractors. b. Staffing Approach: Provide your technical approach to satisfy the requirements of the PWS. Discuss the unique aspects of the requirement and your approach to satisfying these requirements. (1)The staffing plan shall include the procedures that will be used to establish and retain a workforce sufficient to satisfy the requirements of the Contract, over their entire periods of performance. Please state specifically your plan to ensure that no position remains vacant for longer than a two week period. Also please state your plan of action to ensure that all operations are staffed adequately, at all times during normal business hours. The offeror shall discuss how it will, minimize turnover, and retain qualified experienced personnel for the term of the Contract. Provide your plan to acquire and retain qualified personnel throughout the life of the Contract. List personnel proposed by the sections of the PWS; include the labor categories and number of hours and FTEs proposed per labor category for each of the PWS sections. Include the qualification requirements you will impose for each position proposed and discuss how the personnel proposed satisfy these qualification requirements. In the event that cross-training/cross-utilization of personnel is proposed, discuss your approach to include how the qualification requirements of each of the positions included in the plan will be satisfied, and how you plan to backfill positions identified for cross-training/cross-utilization. Discuss how the personnel proposed satisfy specific qualifications (to include security clearances) required by the PWS. Discuss the availability of the key personnel proposed, and your plans in the event personnel proposed are not available on the start date of the Contract. Discuss the methodology used for determining the type, number of personnel proposed and level-of-effort proposed for each individual. As a minimum, the methodology should address knowledge, skills, security clearances, and educational requirements. (2)Resumes are required for key personnel (FLTC Program Manager and Instructors) to assist the offeror in exemplifying the personnel proposed. Resumes included are not included in page count limitations. * PROJECT MANAGER: Shall have a minimum of ten years technical experience in water training operations with management training and specialized water technical skills. Demonstrated ability understanding of Tactical Water Distribution System (TWDS), Water Storage and Distribution Systems (WSDS), Tactical Water Purification Systems (TWPS), and Lightweight Water Purifier (LWP), operational knowledge of Water force structure and systems. Should demonstrate some background knowledge of budget, property accountability, site equipment maintenance and contingency support operations. * SENIOR INSTRUCTOR / SITE ADMINISTRATOR: Shall have a minimum of five years technical experience working with the Tactical Water Distribution System (TWDS) in support of the FORSCOM Logistical Training Cluster (FLTC) and the Joint Training Exercise Module (JTX). Training requirements for petroleum pipeline terminal operations units and the petroleum terminal engineer units. Senior instructor personnel will be certified to train Water systems. These individuals must have certification documents to confirm their training. Certificates for these personnel must be included with company resumes. Factor 2: Past Performance: The offerors past performance will be evaluated considering the offerors relevant experience and quality of service, and will be assigned a risk rating of low, moderate or high. An offeror must receive no higher than a moderate risk rating for the Past Performance Factor to be acceptable for an award. a. The offerors past performance will be evaluated as a measure of the Governments confidence in the likelihood of the offeror to successfully perform based on previous and current contract efforts. The evaluation of past performance is a subjective assessment of the offerors performance on contracts of similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. The Government will consider the offerors previous and current record of contractual performance. In this context, offeror refers to the proposed prime contractor and major subcontractors. b. The past performance experience and record of previous performance under similar or related contracts will be evaluated as an indicator of the offerors ability to perform the contract. This experience must be relevant to the efforts required by this solicitation and gained by the offeror and proposed team members during the last three (3) calendar years from the proposal due date. c. The Government will assess the offerors recent and relevant performance in accordance with FAR 15.305 based on services they are expected to perform. The Government will evaluate: quality of services; timeliness of performance; meeting schedule records; key personnel management; ability to provide quality personnel and adequate non-labor resources for the life of the contract; business relations including the achievement of small business goals and compliance with limitation of subcontracting (when applicable); cost control; effectiveness of internal and external communications; ability to understand and resolve deficiencies in a timely manner with no adverse impact on the mission and the program; general responsiveness to contract requirements; and customer satisfaction. A significant achievement, problem, and how the problem was resolved are considerations that will impact the overall risk rating of the past performance factor. A negative finding under any element may result in an overall high risk rating. d. Relevant experience should be discussed for all subcontractors proposing to support this solicitation. Your relevant experience shall be within the last three years. For those offerors without records of relevant experience, a rating of unknown will be assigned and the offerors will not be evaluated favorably or unfavorably. ef. Relevant experience in understanding military culture, protocol and organizational structure and existing knowledge of the Army Force Generation (ARFORGEN) process. f. Offerors (to include significant subcontractors) without a record of relevant past performance or for whom no past performance information is available will not be evaluated favorably or unfavorably on past performance. g. The Past Performance information shall be organized in the following manner: Relevant Contract Experience Descriptions. This section shall include the following contract information in the following format: Describe your of experience and rationale for relevancy as it relates to this pending contract. Relate identify in specific detail for each contract listed, why or how you consider that effort relevant or similar to this requirement. In determining relevancy, consideration should be given, but not limited to, such things as service similarity, size and complexity, contract type, contract environment, division of company proposing, and subcontractor interaction. Contract/Order Number. Award date. For projects under task orders or delivery orders, include task/delivery order numbers Contract/Order Type. (e.g., indefinite delivery/indefinite quantity (IDIQ), firm fixed-price (FFP), time & material (T&M) labor-hour (LH), cost reimbursement) Contract/Order Total Dollar Value. Initial AND final or projected final, if contract is ongoing Contract/Order Period of Performance. Indicate, by month and year, the start and completion, or ongoing, dates for the project Delivery Schedule. Initial AND final or projected final, if contract is ongoing Prime Contractor. Contractor/Subcontractor, place of performance, CAGE Code and DUNS Number. If the work was performed as a subcontractor, also provide the name of the prime contractor and point of contact (POC) within the prime contractor organization (name, address, email and telephone number) Major Subcontractors List of Quality Awards or Quality Certifications Personnel Assigned. Show the labor required to complete the project, listed by labor category title, average number of people, and total hours by category. Procuring Contracting Officers name, address, phone number, Fax number and email address. Administrative Contracting Officers (if different from the above) name, Address, phone number, FAX number and email address. Government (Customer) Technical Point of Contacts (POCs) (e.g., Contracting Officer's Representative): name, address, phone number, FAX number and email address. A copy of any cure notices or show cause letters received on each contract listed and a description of any corrective action by the offeror or proposed subcontractor. Provide the required information concerning terminations actions. This information shall be submitted for ALL contracts terminated, in whole or in part, for default or convenience during the past three (3) calendar years from the due date of the proposal. Additionally, information should be provided for any contract currently in the process of such terminations. This information is required for any contract, similar or not to the proposed effort. Offerors are reminded that both independent data and data provided by offerors in their proposals may be used by the Government to evaluate the offerors past performance. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. The Government does not assume the duty to search for data to cure problems it finds in the proposal. The burden of providing thorough and complete past performance information remains with the offerors. Proposals NOT containing the information requested risk the assignment of unknown risk or a past performance risk rating of high by the Government. An award will not be made to an offeror who receives a high past performance risk rating. Past Performance Reference. The Government may interview references submitted by the contractors to validate relevancy and the quality of the performance. Offerors shall include in their proposal the written consent of the proposed subcontractors to allow the Government to contact their references and discuss the subcontractors' past performance evaluation with the offeror during any discussions. The Government will verify/validate information on both prime and subcontractors that an offeror provides in its proposal. j. If the past performance information is adverse, the offeror may be given an opportunity to provide a rebuttal if not previously provided such an opportunity. k. The past performance proposal will be assigned a risk rating of low, moderate, high, or unknown. An offeror whose proposal demonstrates no past performance will be rated unknown. An award will not be made to any offeror who receives a high risk past performance rating. The following risk assessment represents the Government evaluation team's judgment of perceived risk and the probability of an offeror to successfully accomplish the proposed effort based on the offeror's demonstrated past performance. PAST PERFORMANCE RISK RATING: Low Little doubt exists; Moderate Some doubt exists; High Significant doubt exists; Unkown Little or no relevant past performance Factor 3: Subcontracting Factor (For Large Businesses Only): The Subcontracting Factor will be evaluated on a GO/NO-GO basis which will entail evaluating the offerors individaul plan to ensure tat the offeror has demonstrated their commitment to subcontract 25% of the total dollars of the resultant contract to small business. Factor 4: Mitigation Plan Factor: The Mitigation Plan, if required, of any offeror will be evlautaed on a GO/NO-GO basis to ensure that each offeror, if required, has satisfied the requirement of FAR 9 prior to the award of the contract. Factor 5: Price Factor The price factor will be evaluated for completeness and reasonableness of the price proposed for this requirement. The evaluation will be performed on the total proposed estimated price, including the base performance period, and option periods. Discuss the basis of estimate in terms of staffing proposed for each major section of the PWS (labor categories and number of hours. a. Completeness: To be complete, the offeror shall provide all the data that is necessary to support the response. The Government will assess the extent to which the price response complies with the content and format requirements set forth in this solicitation, and also exhibits traceability of estimates. b. Reasonableness: The Government will evaluate proposed prices by performing the following assessments: reviewing labor mix for compliance with Department of Labor Wage Determination (WD) and Collective Bargaining Agreement (CBA), if applicable; comparing total proposed prices with those of other offerors and the Independent Government Estimate (IGE); and comparing proposed labor mix and categories, with those submitted under Technical Response. 5. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluations of options shall not obligate the Government to exercise the option(s). 6. Subcontracting Plan will be evaluated in accordance with AFARS Appendix DD. An acceptable Subcontracting Plan must be in place prior to award in accordance with FAR 19.702(a)(1). Subcontracting goal for this requirement is 25%. Basis For Award 1. The Government will evaluate this requirement using a best value, lowest price technically acceptable (LPTA) approach. Tradeoffs are not permitted and no additional credit is given for exceeding acceptability. Proposals are evaluated to determine whether they meet the acceptability levels for all evaluation factors. 2. The Government intends to evaluate responses and award a contract without communications with offerors. Therefore, the offerors initial response should contain its best terms from a price and technical standpoint. However, the Government reserves the right to make clarifications or request revised responses if later determined by the Contacting Officer to be necessary. 3. The government will evaluate the offerors technical proposal to determine whether it satisfies the requirements of the PWS and is executable as proposed. A determination will be rendered as to whether the technical proposal is Acceptable or Unacceptable based on the definitions below. Definitions of Ratings used for LPTA: a. ACCEPTABLE. Meets all specified minimum performance, capability, qualification, certification, education, and/or security requirements necessary for satisfactory order performance. Approach is sound and executable and performance risk is low to moderate. b. UNACCEPTABLE. A proposal that contains a major error(s), omission(s) or deficiency (ies) that indicate a lack of understanding of the problems or an approach as required by the PWS that cannot be expected to meet requirements or involves a very high risk: and none of these conditions can be corrected without a major rewrite or revision of the proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK01/W911SE09R0024/listing.html)
 
Place of Performance
Address: Fort McPherson 1301 Anderson Way Fort McPherson GA<br />
Zip Code: 30330<br />
 
Record
SN01864469-W 20090704/090703000652-c57a6b7b310f608922441faa05883863 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.