DOCUMENT
R -- Professional Analysis and Support Services (PASS) solution - Attachment
- Notice Date
- 11/13/2012
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- Solicitation Number
- N0018913RXXXX
- Response Due
- 12/3/2012
- Archive Date
- 12/18/2012
- Point of Contact
- Jennifer Andrews, jennifer.andrews@navy.mil, 757-443-1319
- E-Mail Address
-
Hildebrandt,
- Small Business Set-Aside
- N/A
- Description
- Request For Information It is the intent of the Navy Strategic Sourcing Department to issue a solicitation to provide for a breadth of services to cover a broad set of needs, the capability to support various cost structures, scalability, functionality for sharing best practices, and communication tools for the vendor community. The Professional Analysis and Support Services (PASS) solution will provide Navy and Marine Corps customers, with a responsive, efficient, and reliable means of obtaining professional contractor support service to meet operational objectives. This contract is intended to be a œProof in Concept which, if successful, will be deployed on a larger scale for future iterations. The contract will provide direct labor and management to perform specific non-personal services as defined in the individual task orders. Services will encompass a diverse array of professional services within the following functional areas: Standard Program Management Services oComprehensive Standard Program Management Services oProject/Program Management Services oFinancial Management Services oInformation Technology Support Services oAdministrative Support Services Logistics Management Services oLogistics Support Services The PASS solution establishes a consistent acquisition vehicle to meet the objectives and recommendations identified by the Strategic Sourcing Commodity Team. A consistent acquisition vehicle will enable many of the benefits outline in the strategy and will help capture data for strategy refinement going forward. Potential benefits of a consistent acquisition vehicle will be: Cost savings through increasing competition amongst an expanded vendor base; Reduction of administrative requirements and increased speed of execution through a repeatable process; Consistency of acquisition process to guide and help Industry and the Acquisition Workforce; Increased spend visibility by collecting data to assess and continually refine strategies going forward; Ability to house tools and templates and integrate them into the acquisition process; External communication tool to form a consistent point of contact for the vendor community. This requirement will be solicited and awarded using the policies and procedures of FAR Part 12, œAcquisition of Commercial Items, and FAR Part 15, œContracting by Negotiation. A commercial Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) with Cost-Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) provisions is intended and will be synopsized and awarded competitively. The Navy intends to award multiple contracts resulting from the solicitation to the responsible offerors whose proposal is determined most advantageous considering technical merit, past performance, and price. The Government anticipates the award of competed task orders in response to the Government ™s requirement in accordance with FAR 16.505. Task orders will provide fair opportunity to all interested contract holders for the applicable suite. At the ordering level, the Contracting Officer may issue either CPFF or FFP type orders. The ordering period shall consist of a one-year base period and two one-year option periods. This office is seeking guidance from Industry in the following areas: 1. Market Segmentation “ Through the Strategic Sourcing Process, the commodity team defined Standard Program Management Services to consist primarily of the following four functional areas; Project/Program Management Services, Financial Management Services, Information Technology Support Services, and Administrative Support Services. Is this an accurate reflection of market segmentation as defined by industry? If not, how could it be more accurately reflected? 2.Draft Performance Work Statement “ Attached is a sample PWS for Comprehensive Standard Program Management Services. Does the draft Performance Work Statement accurately reflect the breath of services required in the various functional areas while allowing for the flexibility for individual requirements to be met? Please provide any suggestions for improvement. 3.Labor Categories “ Attached is a spreadsheet, DRAFT “ Prime Pricing Model with preliminary list of labor categories and their minimum qualification requirements identified in attachment PASS Labor Category. Is this an all inclusive list to accurately reflect the breath of services required? Please provide any additional labor categories or suggestion for those that should be removed. Please also provide the suggested minimum qualification requirements for proposed labor categories. 4.Acquisition Strategy “ Please provide any comments or suggestions on the general acquisition strategy identified above. What steps could the Government take to improve the strategy or incentives industry participation? Responses pertaining to this RFI may be addressed to the Contract Specialist, Jennifer Andrews @ jennifer.andrews@navy.mil, telephone: 757-443-1319 or the Contracting Officer, Arthur Hildebrandt @ arthur.hildebrandt@navy.mil or telephone: 757-443-1321. Responses are requested by December 03, 2012 by 1200 EST. NOTE: DRAFT DOCUMENTS ARE FOR INFORMATIONAL PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS THE FORMAL RFP. DRAFT DOCUMENTS ARE SUBJECT TO, AND MAY BE REVISED BEFORE ISSUANCE OF THE FORMAL RFP. This RFI is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Unless otherwise stated herein, no additional written information is available, and no formal Request for Proposal (RFP) or other solicitation regarding this announcement is currently available. Requests for the same will be disregarded. If a solicitation is released it will be found on FEDBIZOPS. It is the potential offeror's responsibility to monitor this site for the release of any solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913RXXXX/listing.html)
- Document(s)
- Attachment
- File Name: N0018913RXXXX_PASS_Labor_Category.doc (https://www.neco.navy.mil/synopsis_file/N0018913RXXXX_PASS_Labor_Category.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N0018913RXXXX_PASS_Labor_Category.doc
- File Name: N0018913RXXXX_DRAFT_PRIME_PRICING_MODEL.XLSX (https://www.neco.navy.mil/synopsis_file/N0018913RXXXX_DRAFT_PRIME_PRICING_MODEL.XLSX)
- Link: https://www.neco.navy.mil/synopsis_file/N0018913RXXXX_DRAFT_PRIME_PRICING_MODEL.XLSX
- File Name: N0018913RXXXX_Program_Mgmt_PWS_Template.docx (https://www.neco.navy.mil/synopsis_file/N0018913RXXXX_Program_Mgmt_PWS_Template.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0018913RXXXX_Program_Mgmt_PWS_Template.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN02929393-W 20121115/121113234139-c8276a7f1dc960cd55ac132a40d25690 (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 |