SOLICITATION NOTICE
R -- Administrative, professional and management support Non-Personal Services for the Tennessee Army National Guard.
- Notice Date
- 8/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
- ZIP Code
- 37204-0748
- Solicitation Number
- W912L7-12-T-0026
- Response Due
- 8/27/2012
- Archive Date
- 10/26/2012
- Point of Contact
- Terri Hover, 6153132658
- E-Mail Address
-
USPFO for Tennessee
(terri.hover@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. Solicitation number W912L7-12-T-0026 is hereby issued as a Request for Proposals for Non-Personal Services. This solicitation document contains incorporated provisions and clauses in effect through the Federal Acquisition Circular 2005-60. This requirement is being advertised as a 100% Small Business Set-Aside; the North American Industry Classification System (NAICS) Code is 561110 which has a Small Business Size Standard of $7.0 Million in average annual receipts. All responsible sources in conformance with this solicitation may submit a proposal which will be considered by this Agency. Award will go to one vendor that supplies the proposal with the best value to the government in a single firm fixed priced award for Non-Personal Services which are detailed in twelve (12) separate Performance Work Statements (PWS).The following clauses apply to the solicitation and the award: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-2 Alt II Security Requirements 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 REQUIREMENTS (AUG 1996) - ALTERNATE II (APR 1984) 52.212-3 Online Reps and Certifications 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 (deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52-217-8 Option to Extend Services (POP) 52-217-9 Option to Extend the term of the Contract (POP) 52.219-14 Limitations on Subcontracting 52.222-41 Services Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-46 Evaluation of Compensation for Professional Employees 52.222-54 Employment Eligibility Verification. (E-Verify) 52.232-19 Available Funds Availability of Funds for the Next Fiscal Year. 52.232.32 Performance-Based Payments 52.232.33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-37 Multiple Payment Arrangements 52.237-7 Indemnification and Medical Liability Insurance 52.246-4 Inspection of Services Fixed Price 52.247-25 Government Furnished Equipment with or without operators 52.251-2 GSA Vehicles 252.201-7000 Contracting Officer's Representative (COR) 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.204-7000 Disclosure of Information 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) 252.212-7001(dev)Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.215-7003 Excessive Pass-Through Charges - Identification of Subcontract Effort 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer. 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements 252.223-7001 Hazard Warning Labels 252.223-7004 Drug-Free Work Force 252.225-7001 Alt I Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.239-7001 Information Assurance Contractor Training and Certification 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting Reutilization and Disposal 252.249-7002 Notification of Proposed Contract Termination or Reduction 252.251-7000 Ordering from Government Supply Sources 252.251-7001 Use of interagency fleet management system vehicles and related services This is a competitive process with proposals due by proposal opening. All submissions received after the proposal opening posted time will not be considered. Proposals are due no later than Monday, August 27, 2012 at 1:00 p.m. Central time. Proposals are encouraged to be submitted by email to terri.hover@us.army.mil. If proposals have been sent by mail or delivered it is the vendor's responsibility to assure delivery is received in the Purchasing and Contracting Office located at 3041 Sidco Drive, Room 202, Nashville, TN 37204-1502 prior to the opening. It is not required to be present for the opening. Point of Contact referenced for this solicitation is Terri Hover, contact information is terri.hover@us.army.mil, office phone: 615-313-2658. See attached Proposal Sheet labeled "CFMO Proposal" which is required to be included in your submission for this Request for Proposals. Twelve (12) Performance Work Statements (PWS) detail Non-Personal Services required and are attached and the Service Contract Act for Davidson County is included in the attachments. Evaluation factors for this award are location of the supporting office, clarity and completeness of proposal pricing, and related information.Your response for this Request for Proposal must include all of the following: 1) Provide location of the office which will support these Non-Personal Services. The location of the office must be within a fifty (50) mile radius of 3041 Sidco Drive, Nashville, TN. 37204-1502, which is the performance location for the contract employees providing the services. a. Provide the full address for the actual office providing support for the services within 50 miles of the performance location. The address provided cannot be a post office box address; a P.O. Box is not acceptable. Not having an address within the 50 miles can displace your proposal. An agreement, mortgage note, or other documentation may be required as proof of Office location and occupancy. b. Provide the driving distance from 3041 Sidco Drive, Nashville, TN. 37204-1502 to your Office location. Preference by the government to use an Online mapping/direction service to provide conformity when reviewing proposals. One example is http://classic.mapquest.com/directions for mileage/directions. In the event the location or mileage is in error please attach your describing what corrections apply. 2) A cost analysis is different from a price analysis. The major difference is that a price analysis looks at the whole price. It does not involve an examination of the individual cost elements or components that collectively comprise the seller's total price. A cost analysis actually examines the individual cost elements that comprise the total proposed price. Depending on the purchase, the elements may vary but generally include such things as labor rates, material costs, overhead (OH) or indirect rates (IR), other direct costs (ODC), general and administrative (G&A) expenses, and a profit (P) or fee. All of these costs are actual costs your company incurs in order to provide government requirements in this Request satisfactory. Some factors are supplied to you and some are required to be provided. Displaying an understanding of the needs and this Request for Proposals is a requirement for award. The pricing that you provide is based on your company's costs to do business; each element asked for requires an accounting break down of costs and a narrative explanation. The end product is a comprehensive price per service of all company costs to provide the governments needs by Hour (hr). This hourly rate is indicated as "burdened rate" and is required for each Non-personal services request. The CFMO Proposal sheet attached has the breakdown formatted. It is noted that there are only a few blocks in the attached excel spread sheet formatted with formulas. You are encouraged to input yours in the areas that require population. a.Each Non-Personal service will have its own Performance Work Statement(PWS). b.Note one of the Non-Personal services labeled-ISR Program Coordinator Services does not appear in the BASE Period from 9/27/2012 to 5/31/2013. It only shows in the Option Periods. This is correct. c.Periods of Performance for the contract are as follows: The Base Period is 9/27/2012 to 5/31/2013 and has 1360 hours of performance -OPTION 1 is 6/1/2013 to 5/31/2014 and has 1920 hours of performance. -OPTION 2 is 6/1/2014 t0 5/31/2015 and has 1920 hours of performance. -OPTION 3 is 6/1/2015 to 5/31/2016 and has 1920 hours of performance. -OPTION 4 is 6/1/2017 to 5/31/2017 and has 1920 hours of performance. 3)Travel and Training for Contract Employees are paid as reimbursement for approved travel related to the services and related training related to the services. Reimbursement is based on costs only and not to exceed Per Diem Government Rates. The amounts annotated in the solicitation and or the contract are not costs owed to you the Contractor. No changes are required to the Travel and Training pricing blocks on the CFMO Proposal sheet, these blocks are added to accurately track the total contract costs. Travel and Training amounts are reimbursed as needed. At the time of approval reimbursement rates are calculated by Government Per Diem rates for the applicable location. Any Costs incurred above these rates require preapproval before travel and approval by a Contracting Officer. Lack of getting approvals is a risk of payment by the Contractor. Periods of Travel and training annotated on the CFMO Proposal Sheet. a. Periods of Performance for TRAVEL AND TRAINING: i.9/27/2012 to 05/31/2013 BASE PERIOD A and is reimbursed up to four times during that period. This time span is unusual compared to the others periods of performance. ii.6/01/2013 to 8/31/2013 is BASE PERIOD B and is reimbursed monthly. iii.9/1/2013 to 11/30/2013 BASE PERIOD C and reimbursed monthly. iv.12/1/2013 to 02/28/2014 BASE PERIOD D and reimbursed monthly. v.3/1/2014 to 05/31/2014 BASE PERIOD E and reimbursed monthly. vi.6/1/2014 to 8/31/2014 is OPTION 1 PERIOD F and reimbursed monthly. vii.9/1/2014 to 11/30/2014 OPTION 1 PERIOD G and reimbursed monthly. viii.12/1/2014 to 2/28/2015 OPTION 1 PERIOD H and reimbursed monthly. ix.3/1/2015 to 5/31/2015 OPTION 1 PERIOD I and reimbursed monthly. x.6/1/2015 to 8/31/2015 is OPTION 2 Period J and is reimbursed monthly. xi.9/1/2015 to 11/30/2015 OPTION 2 PERIOD K and is reimbursed monthly. xii.12/1/2015 to 2/28/2016 OPTION 2 PERIOD L and is reimbursed monthly. xiii.3/1/2015 to 5/31/2016 OPTION 2 PERIOD M and is reimbursed monthly. xiv.6/1/2016 to 8/31/2016 Option 3 Period N and is reimbursed monthly. xv.9/1/2016 to 11/30/2016 Option 3 Period O and is reimbursed monthly. xvi.12/1/2016 to 2/28/2017 Option 3 Period P and is reimbursed monthly. xvii.3/1/2017 to 5/31/2017 Option 3 Period Q and is reimbursed monthly. xviii.6/1/2016 to 8/31/2016 is Option 4 Period R and is reimbursed monthly. xix.9/1/2016 to 11/30/2016 Option 4 Period S and is reimbursed monthly. xx.12/1/2016 to 2/28/2017 Option 4 Period T and is reimbursed monthly. xxi.3/1/2017 to 5/31/2017 Option 4 Period U and is reimbursed monthly. 4)Contractor Manpower Reporting(CMR): The Office of the Assistant Secretary of the Army (Manpower and Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format found at the following web address: https://contractormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, and identity of Contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor, if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and subcontractors perform the work (specified by zip code in the United States and nearest city and country when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer 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. 5)Attachments: CFMO Proposal Sheet, SCA Wage Determination, PWS (12) a.The costs for Contractor Manpower Reporting (CMR) are put in individually for each period of performance in this requirement. Contractor Manpower Reporting Periods of Performance: a.9/27/2012 to 9/30/2013. Report in October 2013. BASE b.10/1/2013 to 9/30/2014. Report in October 2014. OPTION 1 c.10/1/2014 to 9/30/2015. Report in October 2015. OPTION 2 d.10/1/2015 to 9/30/2016. Report in October 2016. OPTION 3 e.10/1/2016 to 5/31/2017. Report in October 2017. OPTION 4 6)Services Labor (FAR 37.101). A service contract directly engages the time and effort of a contractor whose primary purpose is to perform an identifiable task rather than to furnish an end-item of supply. It can require professional or nonprofessional personnel on a individual or organizational basis. Correctly identify each pay scale dictated from the PWS into the "CFMO Proposal Sheet". a. Evaluation of Compensation for Professional Employees (29 C.F.R. 4.6(g), 4.185) General Schedule for 2012 with Locality Pay Tables can be found at http://www.opm.gov/oca/12tables/indexGS.asp. Use REST OF UNITED STATES (Consisting of the portions of the United States not located within another locality pay area.),which is applicable for Nashville, Tennessee. b.Evaluation of Compensation for Nonprofessional Personnel is based on the attached Service Contract Act Wage Determination for Davidson County, Tennessee: WD 05-2497 (Rev.-15) was first posted on www.wdol.gov on 06/19/2012. 7)Provide your answers to the following questions in a word document or a.pdf with your proposal: a.What basis did you use to estimate your Company's Direct Labor cost for the company? b.Are there any Unique factors we should consider when reviewing your Company? Mindfully check your costs when classifying a cost which you deem is Direct vs. Indirect Labor Cost (FAR 31.202 and FAR 31.203). -Direct Labor Cost. A direct labor cost is any labor cost that can be identified specifically with a final cost objective (e.g., a particular contract). Labor costs identified specifically with a particular contract are direct costs of the contract and must be charged to that contract. Labor costs must not be charged to a contract as a direct cost if other labor costs incurred for the same purpose in like circumstances have been charged as an indirect cost to that contract or any other contract. All labor costs specifically identified with other contracts are direct costs for those contracts and must not be charged to another contract directly or indirectly. -Indirect Labor Cost. An indirect labor cost is any labor cost not directly identified with a single final cost objective, but identified with two or more final cost objectives or an intermediate cost objective. For reasons of practicality, any direct labor cost of minor dollar amount may be treated as an indirect cost if the accounting treatment: - Is consistently applied to all final objectives, and -Produces substantially the same results as treating the cost as a direct cost. c.Has your company been audited by DCMA in the past five years? If the answer is yes, please include a copy of the Audit and explain if any, all, some, or none of the findings were corrected. d.What accounting system will be used for this contract? e.How will the contract employees submit their time sheets and records? f.Detail what is included in your Company's Over Head Rate. g.Detail what is included in your Company's G&A Rate. h.Detail what is included in your Company's Fringe Benefit Package and Fringe Benefit Rate. i.Do the proposed fringe benefits meet the minimum requirements established by the Department of Labor wage determination (FAR 22.404)? j.Detail what is included in your Company's Other Direct Costs (ODC). k.Detail any explanations about your Company's profit rate l.GSA Fleet Vehicles are authorized for use in this contract; the Contractor must ensure that there is adequate personal and/or Contactor (company) insurance coverage as required. Explain how your company will be administrating this requirement for contract employees
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-12-T-0026/listing.html)
- Place of Performance
- Address: USPFO for Tennessee P.O. Box 40748, 3041 Sidco Nashville TN
- Zip Code: 37204-0748
- Zip Code: 37204-0748
- Record
- SN02850624-W 20120824/120823001007-02f583f511f5eec5cb6c89ef85a4b372 (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 |