|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1999 PSA#2444Office of the Secretary of Defense, Pentagon Renovation Management
Office, 100 Boundary Channel Drive, Arlington, VA 22202 R -- PENTAGON RENOVATION OWNER CONTROLLED INSURANCE PROGRAM BROKER
SERVICES SOL MDA947-99-R-0032 DUE 102999 POC Diana Hoag, (703) 693-7650
or Mike Sullivan (703) 693-7652 WEB: Click here for more information
about the PenRen OCIP.,
http://www.dtic.mil./pentagon_renovation/ongoing.htm. E-MAIL: Click
here to contact the project manager via e-mail.,
sullivanm@army.pentagon.mil. This is request for proposal
MDA947-99-R-0032, a combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR 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
documents and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-12. Please refer to the
ADDITIONAL INFORMATION regarding the PENREN OCIP, including the
Statement of Objectives for this acquisition, at
http://www.dtic.mil./pentagon_renovation/ongoing.htm. This acquisition
is to obtain the services of a broker that will design, market, and
administer the PENREN OCIP to achieve the Statement of Objectives
referenced above for a base contract period of three years, with six
two-year options thereafter. CONTRACT REQUIREMENTS. 1. Background. The
OCIP will apply to renovation work to be performed on the remaining
portions of the Pentagon Renovation Project (the Project). The OCIP
will take the form of a rolling wrap-up and apply to new contracts as
they are awarded. Project completion is anticipated in FY 2013 (for
projected awards see ADDITIONAL INFORMATION reference above). 2. Broker
Services. The broker will assist PENREN in designing the OCIP that best
meets PENREN's needs. Considerations include determining the optimum
type(s) and amount(s) of insurance necessary to renovate the Pentagon
in a prudent and efficient manner, while maximizing overall PENREN
insurance cost savings. OCIP broker/administrator services will include
marketing/placing the coverage, program administration, claims
management, loss control, and safety. 3. Safety Program. In view of the
extensive existing PENREN safety program, OCIP broker safety services
will be subordinate to, coordinated with, and supplemental to the
existing safety program and personnel. The broker will review the
entire PENREN safety program and make appropriate written
recommendations for potential safety program improvements. 4. Required
OCIP Coverage. As a Governmental entity, PENREN will self-insure its
own risks. The Broker will explore providing the following coverages
for contractors and subcontractors, which will be the named insureds:
a) Commercial general liability insurance with a limit to coincide with
the excess attachment point. b) Excess umbrella liability insurance to
a limit of at least $25 million. c) Workers compensation with
statutory limits and employers liability insurance with a limit to
coincide with the excess attachment point. d) Builder's
Risk/installation floater insurance for the replacement value of the
renovation work. (PENREN will continue to self insure the value of the
existing structure). e) Asbestos Liability Insurance. This coverage
will be provided for contractors involved in asbestos abatement or
remediation work. This insurance will cover the remediation,
encapsulation and/or removal of asbestos materials. Such insurance, if
provided on a claims made basis, shall remain in force throughout the
period work is performed under the Contract and for a period of at
least five (5) years thereafter. The limit of insurance on this policy
shall be at least $10,000,000. The selected broker will also attempt
to negotiate the inclusion of an appropriate level of contingent
pollution coverage in the OCIP coverage, if cost effective. The minimum
coverages cited in paragraphs (b) and (e) above are suggestions only
and the selected broker is free to propose alternative minimums.
Nothing in this solicitation or any contract resulting therefrom shall
obligate the Government to procure any insurance using the broker's
services described herein. The Government reserves the right to obtain
insurance from the general contractor in future construction and
environmental remediation contracts and may elect, in its sole
discretion, to procure all, a portion, or none of the insurance
required for the renovation of the Pentagon through the OCIP. 5.
OCIPPayments. PENREN will reimburse the broker for the cost of the
premiums for the insurance provided in the OCIP. PENREN shall receive
and pay, as the case may be, all adjustments in such costs, whether by
way of dividends or otherwise. Contractors shall execute such
instruments of assignment as may be necessary to permit PENREN's
receipt of such adjustments and shall cause all Subcontractors covered
by such insurance to do the same. 6. Studies. The Government may
direct the broker to conduct feasibility studies as outlined in the
ADDITIONAL INFORMATION reference cited above. PROPOSAL INSTRUCTIONS AND
EVALUATION CRITERIA: OFFERORS SHALL NOT FORMALLY CONTACT OR RESERVE ANY
INSURER, REINSURER, SURPLUS LINES BROKER OR OTHER INSURANCE COMPANY OR
INTERMEDIARY FOR MATTERS RELATED TO THIS ACQUISITION PRIOR TO THE
AWARD OF THE BROKER CONTRACT. Such activity may be considered
unfavorably in the evaluation and selection of the broker. The
provisions at FAR 52.212-1, Instructions to Offerors Commercial, and
FAR 52.212-2,Evaluation of Commercial Items, apply to this acquisition,
as modified below. This is a best-value source selection. Award will be
made to the offeror presenting the best overall value to the
Government, price and other factors considered. The specific evaluation
criteria to be included in paragraph (a) of FAR 52.212-2 are listed in
descending order of importance as Past Performance, Technical
Approach, Management Approach and Cost. Cost/price, while a substantial
factor, is significantly less important than past performance,
technical approach, and management approach combined. Offerors
determined to be in the competitive range will be afforded the
opportunity to make oral presentations to supplement their technical
and management approaches. Specific oral presentation guidance will be
provided as required. While cost will not be rated, it will be a
substantial consideration in the award decision. The Government
reserves the right to award to other than the lowest price offeror
after consideration of all factors. Four volumes are required in each
proposal. Volume I, Past Performance Volume (not to exceed 10 pages).
Offerors shall provide a list of all OCIPs they have managed within the
last five years. Within this list, identify the five most recent,
relevant projects similar in scope and complexity to the proposed
Pentagon OCIP. We intend to obtain customer feedback on the quality of
the offeror's performance for these projects. Offerors may consider
relevance as OCIPs estimated to be $200M or more with multiple
contracts under a single project or a rolling OCIP and recency to be
within the last five years. Briefly describe each project to include
period of performance and value of the OCIP, and include an owner point
of contact name, address and phone number (since we will be contacting
the five referenced projects, please verify the owner points of
contact prior to submittal). Past Performance will be evaluated based
on the Government's confidence in the offeror successfully performing
this effort based on demonstrated recent, relevant performance. Volume
II, Technical Volume (not to exceed 30 pages, including the 10 page
Statement of Work). The technical description discussed in
52.212-1(b)(4) will consist of an Integrated Master Plan and Schedule,
and a Statement of Work, both to be prepared by offerors. The
offeror's Integrated Master Plan and Schedule must describe the design
and implementation of its proposed OCIP through the base contract
period of three years. The IMP/IMS should clearly demonstrate the
offeror's approach to satisfy the PENREN OCIP Requirements and
Statement of Objectives. The IMP will document the tasks/events
required to deliver a high quality OCIP and facilitate success. It will
identify milestones that must be satisfied to accomplish the program.
The IMS will identify the calendar dates and durations associated with
the IMP tasks, including their interdependencies. The IMP will be
included and enforced in the resulting contract, and performance of the
winning offeror will be in accordance with its IMP. The IMP/IMS will be
event and task oriented the what and when of the approach. Statement of
Work: Offerors will also submit with their proposals a Statement of
Work (SOW) describing in narrative form how they will approach each of
their tasks to satisfy the requirements of the program and achieve the
Statement of Objectives. The SOW will be included in the resulting
contract. The SOW will be process oriented, but will also identify
deliverables associated with the processes performed the how of the
approach. Technical approach will be evaluated equally on the offeror's
proposed approach and Government's confidence in the offeror achieving
their proposed approach based on the following two subfactors, each of
which is equal in importance: (1) Affordability, on the offeror
providing a comprehensive plan and realistic schedule, to include
innovative marketing techniques, understanding the Pentagon Renovation
OCIP requirements, balancing of risk and cost, and on-going cost
reduction initiatives that demonstrates their approach to maximizing
the Government's cost savings with an OCIP; (2) OCIP Administration, on
the offeror's proposed approach for successful implementation and
administration of an OCIP to include day-to-day performance and their
approach to data management. Volume III, Management Volume (not to
exceed 15 pages) to include the proposed on-site team, duties and
responsibilities, lines of authority and communications, organizational
structure, corporate structure and subcontracting plan as required by
FAR Part 19. Management approach will be evaluated equally on the
offeror's proposed approach and the Government's confidence in the
offeror achieving their proposed approach based on the following two
subfactors, which are in descending order of importance: (1) Management
Approach, on the offeror proposing a sound staffing and management
approach to include on-site staffing, corporate resources as required,
and a process to ensure clear lines of communication and coordination
with the Government and other Pentagon Renovation contractors to
minimize disruption to the program; and (2) Subcontracting Plan, on
compliance with FAR Part 19 and their proposed efforts to achieve a
required 30% subcontracting goal for small, small-disadvantaged and
woman-owned small businesses (if a subcontracting plan is not required
due to business size, this factor will consist only of subfactor (1)
above). Volume IV, Contractual/Price volume (not to exceed 10 pages,
exclusive of reps and certs). This contract will be a firm-fixed price
contract. The broker agrees, with the intent of being legally bound,
that it will neither solicit nor accept any commissions, fees, or other
compensation, directly or indirectly, from any insurance underwriter,
or representative of an underwriter, in connection with the PENREN
OCIP. Proposed fee arrangements which amount to a Cost Plus Percentage
of Cost arrangement will not be acceptable. An additional award fee of
up to 10% of the total price of the broker services can also be earned
by the broker (see
http://www.dtic.mil./pentagon_renovation/Directives.htm (PMD 99-08) for
award fee guidance). Cost will be evaluated based on realism,
reasonableness and completeness for the base period and all options.
This volume will include the executed certifications and
representations required in FAR 52.212-3 and DFARS 252.212-7000, and
the proposed pricing information as follows: provide cost and profit
figures for services to be provided in the first 3 years; services to
be provided in each of the successive six two-year options; completion
of each of the studies referenced in #6 above and in the ADDITIONAL
INFORMATION reference cited above, including delivery of a final report
documenting findings. Past Performance Volume I copies are due to the
Contracting Officer no later than 3:00 p.m. ET, 15 Oct 99. All other
volumes are due to the Contracting Officer no later than 3:00 p.m. ET,
29 Oct 99. Submit 5 copies of each volume, plus the signed original to
Diana Hoag, Pentagon Renovation Program Office, 100 Boundary Channel
Drive, Arlington Virginia 22202. Direct questions to Diana Hoag at
(703) 693-7650 or Mike Sullivan at (703) 693-7652. OTHER INFO: text of
all clauses and provisions referenced herein may be downloaded from
the following web site: http://farsite.hill.af.mil/VFFARa.htm. Offerors
must include a completed copy of the provisions at 52.212-3, Offeror
Representations and Certifications Commercial Items and DFARS
252.212-7000, Offeror Representations and Certifications Commercial
Items, with their offers in Volume IV. The following clauses apply to
this acquisition: 1) FAR 52.212-4, Contract Terms and Conditions
Commercial Items; 2) FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Commercial Items and
the following additional FAR clauses cited therein -- 52.203-6, Alt I
Restrictions on Subcontractor Sales to the Government; 52.219-8,
Utilization of Small Business Concerns; 52.219-9, Small Business
Subcontracting Plan; 52.222-36, Affirmative Action for Workers with
Disabilities; 52.222-26, Equal Opportunity; 52.222-21, Prohibition of
Segregated Facilities; 52.222-35, Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era; 52.222-37, Employment Reports
on Disabled Veterans and Veterans of the Vietnam Era; 3) DFARS
252.212-7001, and the following additional DFARS clauses cited therein
252.205-7000, Provision of Information to Cooperative Agreement
Holders; 252.219-7003, Small Business and Small Disadvantaged Business
Subcontracting Plan (DoD Contracts); 252.243-7002, Certification of
Requests for Equitable Adjustment; and 252.247-7024, Notification of
Transportation of Supplies. See
http://www.dtic.mil./pentagon_renovation/ongoing.htm for information
regarding the OCIP pre-proposal conference on 6 Oct 99 at 1:00 p.m. ET.
Posted 09/28/99 (W-SN385671). (0271) Loren Data Corp. http://www.ld.com (SYN# 0052 19990930\R-0009.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|