Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2011 FBO #3340
SOLICITATION NOTICE

R -- Presolicitation notice for the procurement of professional and technical support required to support the execution of the Army Manufacturing Technology (ManTech) Program.

Notice Date
1/14/2011
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
RDECOM Contracting Center - Aberdeen (RDECOM-CC), ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-11-R-0019
 
Response Due
4/1/2011
 
Archive Date
5/31/2011
 
Point of Contact
Ralph F. Kaminski, 410-278-4982
 
E-Mail Address
RDECOM Contracting Center - Aberdeen (RDECOM-CC)
(ralph.kaminski@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is for the procurement of professional and technical support required to support the execution of the Army Manufacturing Technology (ManTech) Program. The procurement strategy will be as follows: Cost Plus Fixed Fee, Competitive, 100% Small Business Set Aside. Source selection to be determined using a tradeoff process based on technical, past performance, and cost/price factors. The technical factor is more important than the past performance factor both of which is significantly more important than the cost/price factor. The cost/price factor may become more significant in contributing to the source selection decision if proposals are comparable. The small business size threshold is $7M based on North American Industry Classification System (NAICS) Code 541990. The U.S. Army Research Development Engineering Command (RDECOM) Contracting Center Aberdeen Proving Ground, MD intends to issue a Request for Proposal (RFP), W91CRB-11-R-0019 to the Army Single Face to Industry Website (ASFI) at http://acquisition.army.mil/asfi/ on or about 1 February 2011 with a closing date of 28 Feb 2011. Please note the Government reserves the right to change elements of the procurement strategy, technical factors, and Statement of Work (SOW) content prior to releasing the RFP. MANTECH BACKGROUND The ManTech Program goal is to provide essential manufacturing technologies that will enable affordability, sustainability, improved quality, shorter production lead times, enhanced productiveness, improved safety, and reduced risk in transitioning manufacturing technology to production. RDECOM executes the day-to-day ManTech activities for the Assistant Secretary of the Army for (Acquisition, Logistics & Technology [ASA(ALT)]. This includes technology transition integration of ManTech products, road-mapping of Army manufacturing requirements, coordination and planning with other Service and Agency manufacturing technology programs; executing goals to support Department of Army (DA) and Office of Secretary Defense (OSD) requirements; and oversight of the Army Research, Development and Engineering Centers (RDECs) and the Army Research Laboratory (ARL) with respect to project development and execution. The program is structured to meet near term, mid and far term goals that address Army Warfighter needs. Near term goals use existing technology to address immediate Army manufacturing needs for transitioning to the Warfighter usually within two years. Mid and far term objectives address emerging technology from Science and Technology (S&T) efforts that address producibility and affordability from a systems engineering approach within a three to five year time frame. The Army Principal, as a member of the Joint Defense ManTech Panel (JDMTP), provides coordination among the Services, Defense Logistics Agency (DLA), and Missile Defense Agency (MDA) manufacturing programs. Associated documents and legislative requirements include DoDD 4200.15 and UCS Title 10 Sections 2521. The contract will require the efforts set forth in the draft Statement of Work Below. All contractors who provide goods/services to the Department of Defense (DoD) must be registered in the Central Contractors Register (CCR). If you are not registered in CCR, you cannot be awarded a DoD Contract. The Internet site for registering in CCR is http://www.ccr.gov/. Additionally, offerors should have current representations and certifications on the Online Representations and Certifications Application (ORCA) web site https://orca.bpn.gov. Direct any questions by electronic mail to ralph.kaminski@us.army.mil. 1.0 OBJECTIVE This Statement of Work (SOW) identifies the professional and technical support required to facilitate the Research, Development & Engineering Command's (RDECOM's) execution of the Army Manufacturing and Technology (ManTech) Program, the Army Technology Transfer Program and RDECOM technical processes on behalf of the Assistant Secretary of the Army (Acquisition, Logistics and Technology) [ASA( ALT)]. The objective of this support is to provide program integration and program management services to RDECOM Programs and Engineering (P&E). 2.0 BACKGROUND 2.1 The ManTech Program goal is to provide essential manufacturing technologies that will enable affordability, sustainability, improved quality, shorter production lead times, enhanced productiveness, improved safety, and reduced risk in transitioning manufacturing technology to production. RDECOM executes the day-to-day ManTech activities for the ASA( ALT). This includes technology transition integration of ManTech products, road-mapping of Army manufacturing requirements, coordination and planning with other Service and Agency manufacturing technology programs; executing goals to support Department of Army (DA) and Office of Secretary Defense (OSD) requirements; and oversight of the Army Research, Development and Engineering Centers (RDECs) and the Army Research Laboratory (ARL), with respect to project development and execution. 2.2 The Army ManTech program is structured to meet near term, mid and far term goals that address Army Warfighter needs. Near term goals use existing technology to address immediate Army manufacturing needs for transitioning to the Warfighter usually within two years. Mid and far term objectives address emerging technology from Science and Technology (S&T) efforts that address producilbility and affordability from a systems engineering approach within a three to five year time frame. The Army Principal, as a member of the Joint Defense ManTech Panel (JDMTP), provides coordination among the Services, Defense Logistics Agency (DLA), and Missile Defense Agency (MDA) manufacturing programs. Associated documents and legislative requirements include DoDD 4200.15 and UCS Title 10 Sections 2521. 3.0 SCOPE 3.1 MANTECH PROGRAM SUPPORT 3.1.1 JOINT SERVICE INTEGRATION 3.1.1.1 The contractor shall provide support to the Army JDMTP Principal and act as liaison to the Army ManTech representatives to each of the JDMTP Subpanels. The contractor shall act as a liaison with the OSD Office of Technology Transition (OTT) and the ManTech offices within the Navy, Air Force, DLA, and MDA. The contractor shall report on joint activities to the Army ManTech program manager as well as provide input for joint project reviews and management for the JDMTP. The contractor shall assist OSD OTT as needed with respect to JDMTP actions to include support to breakout sessions hosted by OTT for the Program Executive Office (PEO)/ System Command (SYSCOM) conference. 3.1.1.2 The contractor shall provide support at the Defense Manufacturing Conference (DMC). Support shall consist of a creation, assembly, and removal of an exhibit booth that depicts the Army's ManTech Program's latest accomplishments, on-site manning of the booth throughout the conference period; and development, production, and distribution of the Army ManTech brochure and JDMTP Department of Defense (DoD) Warfighter Relevance brochure. 3.1.1.3 The contractor shall assist the Army ManTech program manager in facilitating technology and Industrial Base efforts with the Canadian National Defense Department under the auspices of the North American Technology and Industrial Base organization (NATIBO). 3.1.2 MANTECH PROGRAM EXECUTION 3.1.2.1 The contractor shall provide program management, technical, and administrative support to the Army ManTech Program. The support shall include, but not limited to: quick-reaction responses to inquiries from RDECOM, Army Materiel Command, DA, ASA(ALT), and DoD regarding program and project execution, schedule and technical status. The contractor shall prepare written correspondence and provide secretariat duties at Army meetings. 3.1.2.2 The contractor shall support the integration and implementation of identified program tasks to include the assessment of cost estimates, programmatic technical documentation, and life cycle costs as they relate to the accomplishment of production requirements. 3.1.2.3 The contractor shall provide support to Army ManTech Program documentation, technical information consolidation, and packaging of success stories. 3.1.2.4 The contractor shall support the development and execution of new ManTech proposals and evaluations of on-going efforts for cost, schedule, performance and transition. 3.1.2.5 The contractor shall support RDECOM initiatives to include technical analysis and development of reports, briefings, databases, metrics, and graphics for executive level decisions and presentations; post and maintain technical documents on SharePoint to enable distribution and review among numerous stakeholders; review ManTech packages for format, content and consistency; coordinate ManTech reviews to include RDECOM one-Star, U.S. Army Training and Doctrine Command, the Army Warfighter Technical Council, and Army S&T Working Group to include administrative support, read-ahead packages, analysis products and preparation of meeting minutes; coordinate Army S&T Master Plan; participate in SharePoint planning meetings to provide support and feedback to the SharePoint project manager on any future capability and/or tools planned for SharePoint; review and track Technology Transition Agreements (TTAs); provide reports to various staff of requested ManTech information as requested. SharePoint is an enterprise management software solution developed to support the Army S&T community. 3.1.2.6The contractor shall support the integration and implementation of the ManTech programs to include cost projections, Metrics Confirmation Memos, TTAs, Cost Analysis, review of all technical proposals, assisting RDECOM with technical evaluations of program and monthly collecting and reporting of the financial performance of all ManTech programs including Congressional Adds and Jointly funding programs through the JDMTP, Defense Manufacturing Science and Technology ManTech, and the Industrial Base Innovation Fund. 3.2 TECHNOLOGY TRANSITION PROGRAM SUPPORT 3.2.1 The contractor shall provide technical and management support for all T2 functions. Provide coordination, draft agenda's, develop briefing material and conduct site surveys for the annual Technology Transfer Integration Planning Team conference. Contractor shall collect, review all Army Cooperative Research and Development Agreement (CRADA) and upload to the Defense Technology Transfer Information System (DTTIS). Interact with all Army's Office of Research Technology Application representatives on a monthly basis. Develop and report the quarterly Technology Transfer Commercialization Act to the OSD OTT and ensure accuracy reporting of all required information. The contractor shall attend coordination meetings with OTT and other services and government agencies as needed. The contractor shall interact with Army Legal Council relating to all CRADAs and Patent License Agreements (PLA), Patent License Income and ensure timely reporting and uploading to DTTIS. The contractor shall assign Army Control Numbers to all CRADAs and PLAs and retain digital copies in a web based central repository for minimum of five years for historical research to meet OSD requirements. 3.2.2he contractor shall provide direct technical and program management for the Army Technology Transfer (T2) Program. The contractor shall also provide support as required for the Counter-Terrorism Technology Program (CTTP), the Defense Acquisition Challenge Program (DACP), and Small Business Innovative Research Program (SBIR) and provide technical recommendations on rapid-response manufacturing solutions which leverage these programs. 3.3 TECHNICAL PROCESS SUPPORT 3.3.1 The contractor shall facilitate HQ planning, coordination and management of Technology Focus Team (TFT)/Systems Integration Domains (SID) activities and operations. 3.3.2 The contractor shall provide data management support and user access to Army Knowledge Online and other R&D information systems for archiving TFT/SID documentation and data analysis. 3.3.3 The contractor shall support business process and policy development to enable coordination of the RDECOM R&D portfolio to achieve maximum benefit to the Warfighter with appropriate balance of program focus, cost, and risk. Contractor shall help identify and engage key internal and external stakeholders to obtain support, collaborate, and inform IAW the portfolio management objectives. Contractor shall coordinate with key stakeholders to identify and collect appropriate metrics to enable informed decisions throughout the business process. Contractor shall help identify and define functional requirements for tools to support portfolio management, and assess efficacy of current tools or proposed approaches for improvement. 3.4 ESTIMATED WORK REQUIREMENTS 3.4.1 For the purposes of indicating scope of work only, the Government estimate for the work to be performed during the period of performance of this SOW is described below. Position Qty Projected Hours (EST) Program Manager 0.51040 Senior Analyst 2 4160 Mid-level Analyst 2 4160 Junior Analyst 1 2080 Senior Program Integration Specialist 1 2080 4.0 DELIVERABLES AND SCHEDULE 4.1 Deliverables. Any deliverable defined in this SOW shall be submitted under official company letterhead signed by a designated company representative. The cover letter shall be addressed to the Government's Technical Point of Contact unless otherwise directed. The cover letter shall include as a minimum, the title of the applicable deliverable, date performed, and the appropriate contract number or purchase order number to which the deliverable applies. 4.2 The contractor shall submit a Monthly Status Report (MSR) by the 15th of every month, in letter format that identifies technical efforts and costs, expended trips and problem areas with proposed solutions, as specified In Accordance With (IAW) DI-MGMT-80227, Contractor's Progress, Status and Management Report. Within the MSR, the Contractor shall project the percentage of completion based on the current obligation/cost amount provided in the TO and furnish the Government a timeframe for which the 85% of ceiling price as specified in FAR 52.232-7 will be incurred. 4.3 The contractor shall deliver various Technical analyses in the form of databases, electronic files, hardcopy files and letter reports as required IAW DI-MISC-80508B, Technical Reports Study/Services. 4.4 The contractor shall provide all products purchased under this contract delivery order to the Government during the life of the contract or following completion of this contract. 4.5 The contractor shall submit special reports and information as required which may include project summary books, information briefings, budget justification documentation, and draft inputs to congressional reports. 4.6 The contractor shall update the Army ManTech website monthly or more frequently as required by taskings. Changes shall be uploaded after review and approval by the Contracting Officer's Representative (COR). 4.7 The contractor shall review ManTech project execution (cost, schedule performance, and transition) on a monthly basis and provide recommended updates to the RDECs/ARL ManTech managers. 4.8 The contractor shall provide on a semi-annual basis consolidated technical and schedule data in coordination with required data inputs. 4.9 The contractor shall review and update on a quarterly basis the Army ManTech Summary Book pages and provide any inconsistencies with internal project technical and budget review briefings to the RDECs/ARL ManTech managers. 4.10 The contractor shall deliver DoD and Army ManTech advocacy and program summary brochures, a conference booth and other materials as required to support conferences, workshops and synchronization meetings with program managers, congressional staff members and other manufacturing organizations within DoD and industry. 4.11 The contractor shall provide manpower reporting as follows: 4.11.1 The contractor shall report all contractor manpower (including sub-contractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The contractor shall include the following: a. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative. b. Contract number c. Beginning and ending dates covered by the reporting period. d. Contractor name, address, phone number, e-mail address, identity of contractor employees entering data. e. Estimated direct labor hours (including sub-contractors). f. Estimated direct labor hours paid during this reporting period (including sub-contractors) g. Total payments (including sub-contractors). h. Estimated data collection cost. 4.11.2 The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the Period of Performance not to exceed 12 months ending 30 Sep of each government fiscal year and must be reported by 31 October of each calendar year. 4.11.3 The contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 4.12 Closeout Report. The contractor shall submit to the KO and the COR a contract closeout report at the expiration of the contract period as specified IAW DI-MGMT-80227, Contractor's Progress, Status and Management Report. In addition, the Contractor shall complete the attached release forms specified in Section J and provide them with the final report. The Government will notify the Contractor if there are any discrepancies in the settlement amount provided by the Contractor. The contractor shall submit a Monthly Status Report (MSR) by the 15th of every month, in letter format that identifies technical efforts and costs, expended trips and problem areas with proposed solutions 5.0 TRAVEL AND OTHER DIRECT COSTS 5.1 The Government will specify the travel dates and location for which local, domestic, and international travel will be required. The purpose of the travel may be for reporting task progress, coordinating research efforts, and/or participating in scientific experiments. The contractor shall be responsible for arrangements such as airline, hotel, and car reservations, and arranging for passports and VISAs if foreign travel is required. The contractor shall be required to invoice in accordance with FAR 31.205-46, Travel costs, and Federal travel regulations and must submit back-up documentation for all travel costs. The Government may require contract personnel to take special training if determined to be in the benefit of the Government, to develop additional expertise in specialized scientific or data analysis topics. All contractor travel shall be in accordance with the Government's Joint Travel Regulation (JTR) or Federal Travel Regulation. Contractor travel vouchers and supporting documents shall be presented for payment within 10 days after completion of the travel. 5.2 The contractor shall be required to travel (local and out-of-state) as a condition of contractor performance. 5.3 The following trips are anticipated and authorized (annually): Locations: Trips Travelers Duration/trip Defense Mfg Conference (TBD) 1 3 4 days Huntsville, AL 3 2 4 days Detroit, MI 3 2 3 days Picatinny, NJ 2 1 2 days Natick, MA 1 1 2 days NATIBO annual meeting 1 1 2 days Industry Site Visits 10 1 2 days Local Wash. DC area 12 4 2 days 5.4 Trip Report. The contractor shall submit a trip report 10 days following the completion of required travel. Report shall include as a minimum, the purpose of the trip, date of travel, labor category and significant outcome of the trip. 5.5 The Government intends to include a reimbursable CLIN for Other Direct Costs with a ceiling of $100,000 per year. 5.6 The Government intends to include a reimbursable CLIN for travel with a ceiling of $35,000 per year. 5.7 The contractor shall obtain approval for all travel in advance from the COR. The contractor's personnel shall adhere to the cost constraints of the JTR to the maximum practical extent. The contractor's travel expense reports shall contain supporting detail that is satisfactory to the COR. The contractor shall apply G&A to travel costs only if this practice is consistent with both the contractor's General Services Administration Contract and its accounting system. Expense reports will be approved by the COR. 6.0 SECURITY The contractor shall perform IAW the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M), the NISPOM Supplement 1 (DoD 5220.22M-Sup-1), and applicable DoD and DA regulations. Classification of work to be performed under this contract will be up to SECRET and all personnel involved in this contract will be US Citizens. All personnel working at the government site shall have, prior to beginning on-site work, at a minimum, an interim clearance of SECRET or higher and will be subject to RDECOM security requirements. 7.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES RDECOM will provide office space, class A-1 telephone, personal computer and LAN and internet connection to meet on-site requirements. Government Furnished Inventory (GFI) will be provided as determined by the COR. Security access and badges will be provided as required. 8.0 GOVERNMENT POINTS OF CONTACT Contracting Officer's Representative (COR): Amanda Smith U.S. Army Research, Development and Engineering Command (RDECOM) AMSRD-PE Building 3071 Aberdeen Proving Ground, MD 21005 Financial Point of Contact: Ms. Erika Funk U.S. Army Research, Development and Engineering Command (RDECOM) AMSRD-RMR (Ms. Erika Funk) 5183 Blackhawk Road Aberdeen Proving Ground, MD 21010-5424 Phone: 410436-0688 Fax: 410-436-0688 Email: erika.funk@us.army.mil 9.0 NON-PERSONAL SERVICE STATEMENT 9.1 Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management shall ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees shall perform their duties independent of, and without the supervision of, any Government official. The tasks, duties and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 10.0 ORGANIZATIONAL CONFLICTS OF INTERESTS 10.1 The contractor acknowledges that it is familiar with FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, and agrees to avoid, neutralize or mitigate such conflicts of interest in accordance with the principles set forth in the FAR. 10.2 If performance of any SOW requires the contractor (to include subcontractors) to supply technical support related to systems or projects with which the contractor is already directly concerned, either by prime or subcontract, the contractor shall so immediately inform the Contracting Officer (KO). The SOW may be withdrawn if a conflict is found. The contractor shall not undertake performance of any SOW which requires it to supply technical support regarding such systems until the notice is given, and written consent to proceed is issued by the KO. 11.0 EXIT INTERVIEWS 11.1 The contractor shall conduct exit interviews with all departing contractors returning Government-issued identification badges and GFI to the COR. 12.0 CONFIDENTIALITY 12.1 This project and all material provided to the Contractor by the Government and results, conclusions and recommendations obtained thereof should be considered confidential in nature and treated with the same level of care that the Contractor treats it own confidential business information. The information shall not be disclosed, copied, modified, used (except in the completion of this project) or otherwise disseminated to any other person or entity at any time to include, but not limited to inclusion in any database external to the Government without the Government's express consent. 13.0 PLACE OF PERFORMANCE 13.1 The place of performance for all positions is the Programs & Engineering Office, HQ RDECOM, 3071 Aberdeen Boulevard, APG, MD 21005. Duty hours are defined as 0800-1700, Monday through Friday. 14.0 INVOICES All invoices will be sent to the COR and the following individuals prior to submittal for payment (TBD) Mr. Larry Muzzelo Chief, Programs & Engineering U.S. Army research, Development and Engineering Command (RDECOM) Bldg 3071 APG, MD 21005 Phone: 410-306-4816 (BB) 443-643-8050 Email: larry.muzzelo@us.army.mil Amanda Smith Program Analyst Programs & Engineering, HQ RDECOM Bldg 3071 APG, MD 21005-5424 Phone: 410-306-4869 Email: amanda.smith28@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71a4ed32339988ca9ae6fdd6dcb63afa)
 
Place of Performance
Address: RDECOM Contracting Center - Aberdeen (RDECOM-CC) ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02360980-W 20110116/110114234442-71a4ed32339988ca9ae6fdd6dcb63afa (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.