SOLICITATION NOTICE
R -- AMC E2E Process Mapping
- Notice Date
- 7/22/2020 6:13:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J20R0087
- Response Due
- 7/27/2020 6:00:00 AM
- Archive Date
- 08/11/2020
- Point of Contact
- Ashley N. Hixson, Kathleen M. Ward
- E-Mail Address
-
ashley.n.hixson.civ@mail.mil, kathleen.m.ward20.civ@mail.mil
(ashley.n.hixson.civ@mail.mil, kathleen.m.ward20.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPSOALS ARE BEING REQUESTED. 1. The Army Material Command (AMC) has recently completed a full operational assessment of all AMC Life Cycle Management Commands (LCMC) and Depots/Arsenals to evaluate the readiness and efficiency of the depot operations. This effort also assessed key LCMC activities that impact Organic Industrial Base (OIB) performance. Through the operational assessment effort, AMC has identified numerous improvement opportunities that in total would transform OIB operational performance to better support of Army logistics. This involves improving processes, practices, behaviors, metrics, use of systems, employment of advanced technologies, operating models, strategies, coordination, reporting, culture, and management of human capital. The transformation involves shop floor operational improvements at the depots and arsenal themselves, improved processes and capabilities at the LCMCs, and better coordination, oversight, and support between the installations, LCMCs, and AMC. For results of these assessments please refer to Attachment 0002_AMC OBI Assessment Result. Additionally, upon award the awardee will also be provided with additional information and access as needed to complete the scope of work required. 2. The U.S. Army Contracting Command, Rock Island (ACC-RI) on behalf of AMC is issuing this Request for Proposal (RFP), solicitation W52P1J20R0087, and supporting documentation for the AMC requirement. This solicitation is conducted under FAR Part 12.6 and FAR Part 15. 3. This requirement will be competed on Beta.SAM as a 100% Small Business Set-Aside. The RFP will result in a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Contract with five Ordering Periods (OP) each OP is a twelve (12) month Period of Performance (PoP). 4. The Umbrella Performance Work Statement (PWS), Attachment 0001, gives an overall description of the services the Government may need throughout this effort's entirety. Each task order awarded will have a specific PWS that fits within the Umbrella PWS. A RFP will be requested for each task order, in order to determine the amount of hours for each labor category necessary to complete the specific requirement. Each task order is a stand-alone action as it obligates the Government. 5. The guaranteed minimum is for CECOM LCMC Enterprise Process Improvement Documentation. The Period of Performance (PoP) for this task order will be for a period of twelve (12) months from the date of award and the Government intends on awarding the contract and the guaranteed minimum simultaneously. Pricing for the guaranteed minimum is to be included and submitted with the pricing proposal for this RFP using Attachment 0010_Pricing Matrix, specifically tab three entitled ""CECOM - Guaranteed Minimum"". The Statment Of Objectives (SOO) for the guaranteed minimum is found at Attachment 0014_CECOM LCMC TO SOO. 6. The North American Industry Classification system (NAICS) code is 541614, Process, Physical Distribution, and Logistics Consulting Services. The Product Service Code (PSC) is R499, Other Professional Services. 7. All Offerors MUST be registered in the System for Award Management SAM database in accordance with FAR 52.204-7 and DFARS 252.204-7004. Lack of registration in SAM will make an Offeror ineligible for award. The SAM website can be accessed at: https://www.sam.gov 8. The Pricing Matrix, Attachment 0010_Pricing Matrix, should be used and see Attachment 0012_Instructions to Offerors. All labor categories must be completed for all ordering periods. The labor rates submitted for each ordering period will be used throughout the life of the contract. All rates will be binding. Request that each labor category be defined in a section within the labor categorydocument submitted with the proposal. As referenced in Para. 5 - Guaranteed Minimum - use Attachment 0010_Pricing Matrix, tab 3 entitled ""CECOM - Guaranteed Minimum"" to provide a separate pricing proposal to perform to the SOO found at Attachment 0014_CECOM LCMC TO SOO. 9. The Source Selection Process is a two-step process consisting of two phases. Phase One will include Section 1: Technical Experience/Past Performance of the proposal, which will be evaluated on an acceptable/unacceptable basis as outlined in Attachments in the Instruction to Offerors (Attachment 0012) and the Basis of Award (Attachment 0013). As part of the Past Performance submission the Offeror shall complete Attachment 0011_Past Performance Questionnaire. Only the Offerors who have the required technical experience, with proven past performance, will be deemed acceptable and will move onto Phase Two. Phase Two will consist of the evaluation of Section 2 - Oral Presentations, and Section 3 - Price of the proposal. Phase Two will follow the Best Value Tradeoff process in accordance with FAR Part 15.101-1 to select the successful offeror. The following are the evaluation factors: 1. Technical Approach 2. Program Management Approach 3. Price Technical Approach and Program Management Approach are of equal importance and significantly more important that Price. Under a best value analysis, the Government reserves the right to make an award to other than the offeror who submits the lowest overall evaluated price. See Attachment 0012_Instructions to Offerors for the RFP content and submission requirements. See Attachment 0013_Basis of Award for information on proposal evaluation and the basis of award. 10. The written Technical Experience and Past Performance, as well as Clause 52.212-3 incorporated in this solicitation, is to be submitted by 8:00am CDT on July 27, 2020. Clause 52.212-3, and all other provision and clauses incorporated into this solicitation are included in Attachment 0015_RFP_W52P1J20R0087_AMC E2E Process Mapping. 11. All questions regarding the Technical Experience and certification portion shall be submitted electronically to Mrs. Ashley Hixson at ashley.n.hixson.civ@mail.mil, and Mrs. Kathleen M. Ward at kathleen.m.ward20.civ@mail.mil no later than 12:00 p.m. on July 20, 2020. The Government is not obligated to provide responses to questions submitted by offerors, but will consider them and incorporate changes into the RFP as deemed necessary. 12. If the Offeror's Technical Experience and Past Performance is found to be acceptable the following dates apply: a. Pricing quotes are to be submitted electronically by 12:00pm CST on August 21, 2020, along with PowerPoint slides to cover both the Technical Approach Criteria and Program Management as outlined in Attachment 0012_Instructions to Offerors and Attachment 0013_Basis of Award. b. �The Government intends to hold Oral Presentations 24 August 2020 � 28 August 2020.� The Oral Presentations will NOT be presented at ACC-RI.� Oral Presentations will be held via Video Teleconference (VTC) using WebEx.� The oral presentations will NOT be videotaped or otherwise electronically recorded. c. Oral Presentation shall not exceed two hours for both the Technical Approach and Program Management Plan, and the Government reserves the right to lower the oral presentation timeframe further in the interest of scheduling, should there be an unexpectedly large number of proposals.� Offerors will be contacted to set up the date and time. Please note, if the Offeror's Technical Experience is found to be unacceptable, the Offeror will not advance to Oral Presentations. 13. Offerors will be notified within two days of its Technical Experience submittal if they will be advancing to Oral Presentations.� Oral Presentations are expected to be held during the week of August 24-August 28, 2020. Offerors will be contacted to set up the date and time. 14. The Offeror's quote shall be valid for 120 days after the closing date. 15. The Government will establish a COST CLIN with a predetermined amount for estimated travel. The offeror should NOT provide an estimated quote for travel costs. 16. Travel will be required under the resulting contract in accordance with the Performance Work Statement in Attachment 0001. The contractor will be reimbursed by the government for travel and per diem expenses incurred by contractor personnel for travel specifically authorized and approved by the government In Accordance With (IAW) the limitations set forth in FAR 31.205-46. Conditions and limitations applying to travel associated with work under this contract follow: a. Government reimbursements for claimed travel costs, including per diem, will be made IAW the Federal Travel Regulations (FTR), as amended, issued by the General Services Administration (GSA) and maintained on its website, http://www.gsa.gov/ . b. Travel costs for transportation, lodging, per diem or subsistence and other related expenses shall not be burdened by any profit or indirect costs. c. Funding will be provided on a, no fee, reimbursable not to exceed basis. The Government will provide not-to exceed CLIN(s) at time of award in an amount established as an estimate of the total cost for the purpose of obligating funds. 17. Proposals shall be submitted electronically to Mrs. Ashley Hixison at ashley.n.hixson.civ@mail.mil, and Mrs. Kathleen M. Ward at kathleen.m.ward20.civ@mail.mil. Please place the RFP number W52P1J-20-R-0087 in the subject line of the email. All parts of the proposal must be received in its entirety to be considered for award. All proposals received after the time and date listed below will be considered late and may not be considered for award. 18. In the event of a discrepancy between any statements in this narrative, or the Narrative A found in Attachment 0015_RFP_W52P1J20R0087_AMC E2E�Process Mapping,�and another sections of the RFP exists, the other sections take precedence. 19. Organizational conflict of interest means a situation in which: a. A Government contract requires a contractor to exercise judgment to assist the Government in a matter (such as in drafting specifications or assessing another contractor's proposal or performance) and the contractor or its affiliates have financial or other interests at stake in the matter, so that a reasonable person might have concern that when performing work under the contract, the contractor may be improperly influenced by its own interests rather than the best interests of the Government; or b. A contractor could have an unfair competitive advantage in an acquisition as a result of having performed work on a Government contract, under circumstances such as those described in paragraph (1) of this definition that put the contractor in a position to influence the acquisition. (3) If the Contractor identifies an OCI, the Contractor shall make a prompt and full disclosure in writing to the Procuring Contracting Officer (PCO). OCI that arise during performance of the contract, as well as newly discovered conflicts that existed before contract award, shall be disclosed. 20. In accordance with FAR 52.212-1(g) the Government intends to evaluate offer's and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 21. Prior to award this RFP should not be discussed with any individual representing the U.S. Government, in any capacity, except the Contracting Officer, Mrs. Kathleen M. Ward at kathleen.m.ward20.civ@mail.mil, and the Contract Specialist, Mrs. Ashley Hixson at ashley.n.hixson.civ@mail.mil. Please reference the RFP number, W52P1J-20-R-0087, in the subject line all correspondence pertaining to this RFP. 22. Please utilize Attachment 0015_RFP_W52P1J20R0087_AMC E2E Process Mapping for CLIN�(Item Number, Qutity, and Unit information) as well as for incorporated provisions and clauses for this solicitation. ATTACHMENTS Attachment 0001_PWS Dated:�29JUN2020 Pages:�14 Attachment 0002_AMC OBI Assessment Result Dated: 30JUN2020 Pages:�3 Attachment 0003_CDRL_A001 Dated: 2020APR20 Pages: 3 Attachment 0004_CDRL_C001 Dated: 2020APR20 Pages: 3 Attachment 0005_CDRL_C002 Dated: 2020APR20 Pages: 3 Attachment 0006_CDRL_C003 Dated: 2020APR20 Pages: 3 Attachment 0007_CDRL_C004 Dated: 2020APR20 Pages: 3 Attachment 0008_CDRL_D001 Dated: 2020APR20 Pages: 3 Attachment 0009_CDRL_D002 Dated: 2020APR20 Pages: 3 Attachment 0010_Pricing Matrix Dated: 15MAY2020 Pages: 1 Attachment 0011_Past Performance Questionnaire Dated: 24JUN2020 Pages: 1 Attachment 0012_Instuction to Offerors Revised Dated:�22JULY2020 Pages: 6 Attachment 0013_Basis of Award Revised Dated: 22JULY2020 Pages: 6 Attachment 0014_CECOM LCMC TO SOO Dated: 29MAY2020 Pages: 2 Attachement 0015_RFP_W52P1J20R0087_AMC E2E Process Mapping Revised Dated: 22JULY2020 Pages:47 Attachment 0016_Q&A Dated: 22July2020 Pages: 5 Attachment 0017_Amendment 0001 Dated: 15July2020 Pages: 1 Attachment 0018_Amendment 0002 Dated: 22July2020 Pages: 1
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ab4a958061f6433c9e7134b719e6f45d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05729339-F 20200724/200722230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |