Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

R -- REQUEST FOR INFORMATION FOR BUSINESS AND STAFF SUPPORT (BASS)

Notice Date
February 16, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- PL "Space Vehicles Directorate", 2251 Maxwell Ave, Kirtland AFB, NM, 87177
ZIP Code
87177
Solicitation Number
Reference-Number-BASS
Response Due
March 15, 2001
Point of Contact
Carla Blasko, Contract Specialist, Phone 505 846 4967, Fax 505 846 7041, Email Carla.Blasko@kirtland.af.mil -- Francisco Tapia, Contracting Officer, Phone 505 846 5021, Fax 505 846 7041, Email
E-Mail Address
Carla Blasko (Carla.Blasko@kirtland.af.mil)
Description
This is a follow-on to synopsis posted September 1, 2000. To provide all potential contractors an opportunity in this acquisition, the Government is soliciting a Request For Information (RFI) and Market Survey to locate qualified sources who are small 8(a) Federal Supply Schedule (FSS) holders, and who are, or intend to be, designated as 8(a) by GSA through modification to their FSS contract(s). Respondents shall identify, and provide copies of, the FSS(s) and specific Special Item Numbers (SINs) which correlate to the skills set forth in the attached (draft) task orders, and provide rationale for their applicability (with specific correlation to the SOW). FSS holders may use teaming arrangements pursuant to FAR 9.6 (Contractor Team Arrangements) to provide solutions when responding to this request. These teaming arrangements should be addressed in the response. Participation in a teaming arrangement, which is not a prime/subcontractor relationship, must be in accordance with GSA directives. The SBA affiliation rule "allows a set-aside when there is an expectation of two or more competitive offers from 8(a) teams (8[a] business as prime contractor with small and large business subcontractors), when at least 50% of the services will be performed by collective efforts of all 8(a) members of the team". Interested small businesses are encouraged to contact their cognizant SBA and GSA offices for assistance or guidance on the affiliation rule and 8(a) certification from GSA on FSS contracts. The Government intends to award delivery orders to one or more small 8(a) contractors/teams. Respondents are required to identify the North American Industry Classification System (NAICS) code appropriate to the FSS identified above, and provide evidence they are a small business under that code. A Briefing For Industry (BFI) has been scheduled for 26 February 2001, at 1:00pm (MST) at the Department of Energy (DoE) Energy Training Complex (ETC), 1401 Maxwell Ave SE, Kirtland AFB NM (directly north of Gibson Blvd, just east of Carlisle Blvd). No visitor clearances or vehicle passes are necessary to gain access to this facility. Please contact the ETC at (505) 845-5402 or by e-mail: etc@doeal.gov if you have questions relative to the ETC facilities. REQUIREMENTS: The Air Force Force Research Laboratory, Space Vehicles Contracting Division (AFRL/PKVV), Kirtland AFB, NM is requesting information from small 8(a) FSS holders interested in providing financial management services and administrative staff support for the technical directorates and support divisions at the Air Force Research Laboratory (AFRL) and other AF organizations being supported on Kirtland AFB, NM. Required services include providing business, financial, and management support at branch, division, and directorate levels. The attached file entitled "Business And Staff Support (BASS)" is a (draft) global Statement of Work defining the required tasks. Also attached are 11 (draft) task orders that describe the specific positions being supported under each task, and a matrix for each task that relates the efforts required by specific positions to the global Statement of Work. Contractual effort is contemplated on a firm fixed-price completion basis. The Government contemplates a 5-year period of performance for each delivery order (each with a 2-year basic, and one 3-year option). The Government will not consider responses from contractors who do not have the ability to accept orders for at least 5 years either by virtue of an existing schedule or a commitment from GSA. The estimated value for the 2-year basic is <$10M. Current requirements are being fulfilled with approximately 70 man-years per year. Maximum support contemplated under this contract is approximately 100 man-years per year. EVALUATION APPROACH: All interested parties are advised that, if you do not respond to this notice, your company will be eliminated from further consideration for this acquisition. The Government is interested in obtaining support from small 8(a) FSS holders, and will choose the potential contractors from the information obtained from this announcement. After the narrowing of interested sources based on the information obtained from this announcement, the Government will request price quotations for 11 task orders from three or more selected potential contractors. Based on the responses received to the foregoing requests, price quotations, and other pertinent information, delivery orders will be awarded to one or more qualified small 8(a) FSS holders based on a determination of best value to the Government using a cost/technical trade-off. Although delivery orders may be awarded to more than one qualified small 8(a) FSS holder, the Government's preference is to award all 11 Delivery Orders to one contractor/team. Responses to this RFI will be evaluated against the following criteria (all are of equal importance): (a) specific information related to past performance; (b) teaming arrangements (if applicable); (c) employee benefits; (d) personnel qualifications (including education); (e) program management plan (including phase-in/transition plan); and (f) quality control plan. If information is omitted on any of the above items, respondents may be eliminated from consideration for this acquisition. Similar criteria will be applied at time of requesting quotes from the remaining sources, and price realism will be addressed for each task order. INSTRUCTIONS FOR PREPARING RFI RESPONSE: All interested 8(a) FSS holders must submit information to demonstrate their ability to perform the services described in the attached SOW and eleven (11) individual (draft) task orders. Respondents are required to submit information addressing all evaluation criteria for all 11 (draft) task orders listed above in Section C -- Evaluation Approach. Include in the response to this RFI any other specific and unclassified information as it pertains to this effort. Past performance data shall include related examples of BASS-type work in the last 3 years with particular emphasis on contracts containing multiple delivery orders and similar levels of support requirements. Respondents shall prepare a listing of all like work, identifying commercial and Government work, points of contact for the cognizant program office, and applicable names and telephone numbers. Teaming arrangements shall comply with FAR Part 9.6. Respondents are asked to disclose the type of employee benefits in effect with their employees for purposes of determining long term employee retention. Personnel qualifications for each of the skills in the (draft) task orders shall be identified from the established FSS contract job categories. Job categories should disclose a breakdown of the duties as well as the educational requirements. Respondents should not submit resumes with this response. Respondents shall prepare a program management plan which describes their methodology to carry out the program management responsibilities to accommodate multiple tasks and subcontractors, where applicable. Respondents shall also address their ability to respond to new tasks. Respondents shall disclose a phase-in/transition plan to identify the contractor's methodology for transitioning new personnel into support positions at time of award of these orders with minimum disruption of ongoing support requirements, and for transitioning to another contractor (if applicable) at the conclusion of this contract. Respondents shall prepare a quality control plan to provide the contractor's methodology for identifying and recruiting qualified personnel for new support requirements, resolving problems identified by the Government during performance (ref: paragraph 2 of the SOW), and for establishing an internal feedback system for support personnel. All contractor employees shall possess the appropriate security clearance(s) to comply with paragraph 4.1 of the SOW. Responses shall be limited to 15 pages (8 12 " x 11" size pages, size 12 pitch or larger, single spaced, with a minimum of one inch margins) excluding the cover page, tables of content, quality control plan, and the applicable Federal Supply Schedule(s), catalog(s), and price list(s). Responses can be provided on paper, floppy disks, or CD ROMs (Microsoft Word, IBM compatible only). An original and five copies (no telefaxes or e-mails will be accepted) must be sent to the Directorate of Contracting Office at Det 8, AFRL/PKVV, Attn: Carla Blasko, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773, not later than 21 calendar days after the date this announcement is published (or the first federal workday thereafter).- ADDITIONAL INFORMATION: Any resultant delivery orders will contain a strict Organizational Conflict of Interest (OCI) clause precluding the eventual winner from bidding on future efforts for any organization using this contract (currently AFRL on Kirtland AFB and SMC/TL) during the performance of the contract and for twelve (12) months after contract completion, except for follow-on efforts associated with this contract. The OCI clause will include Rule 2 (Preparing Specifications or Work Statements), Rule 4 (Obtaining Access to Proprietary Information), and AFMC FAR SUP (Flow Down to Subcontracts, Teaming Arrangements, and Other Agreements). Note that no separate delivery order will be issued for program management. The program manager cost must be included in the price of delivery orders via overhead or some other method. Foreign firms and foreign nationals are advised they will not be allowed to participate in this acquisition and resultant contract(s). An Ombudsman has been appointed to mediate concerns from offerors or potential offerors during the pre-proposal phase of competitive, negotiated acquisitions. The Ombudsman does not participate in proposal evaluation or contractor selection. The Ombudsman can induce responsible acquisition officials to respond to concerns, but cannot usurp the authorities of the Contracting Officer's Representative or Contracting Officer. When requested, the Ombudsman will maintain the confidentiality of sources. The Ombudsman at AFRL on Kirtland AFB is Mr Gene DeWall, Director of Contracting, Det 8 AFRL/PK, 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773; (505) 846-4979. Before contacting the Ombudsman, potential offerors should first refer contracting concerns to the Contracting Officer, F. Tapia at (505) 846-5021, or refer technical concerns to the Contracting Officer's Representative, Wayne Gaede at (505) 846-4976. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. The Government will not reimburse the respondents on a direct charge basis for any materials provided in response to this synopsis and submittals will not be returned to the sender. EMAILADD: carla.blasko@kirtland.af.mil EMAILDESC: <A HREF="mailto:carla.blasko@kirtland.af.mil">For more information, contact the Contract Specialist</A> via e-mail
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=Reference-Number-BASS&L=2682)
Record
Loren Data Corp. 20010221/RSOL013.HTM (D-047 SN50D991)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com