Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOLICITATION NOTICE

R -- Administrative/Management Services to evaluate, beta test and deploy an alignment measurement and tracking system.

Notice Date
7/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T0860
 
Response Due
7/17/2003
 
Archive Date
8/17/2003
 
Point of Contact
Caroline Standish 619-532-2650
 
E-Mail Address
Email your questions to click to contact the Contract Specialist
(Caroline.Standish@navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement const itutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-03-T-0860 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices effective through 12/06/01. The standard industrial code is 8742, NAICs #541611 And the business size standard is $5.0 million. The agency need is for replacement of the current security system with an up-to-date, state-of-the-art automated access and alarm system. This requirement is for a firm fixed priced contract . The following is the Statement of Work for the requirement. STATEMENT OF WORK Expeditionary Strike Group One Alignment Services 1. INTRODUCTION: The Chief of Naval Operations? (CNO) has five major imperatives, which includes people, current readiness, future readiness, quality of service, and alignment. Commander, Naval Surface Forces, U.S. Pacific Fleet (CNSP) has identified that the imperative of alignment is not adequately or effectively measured, and that a need exists to develop a measurement and tracking system to effectively measure organizational alignment. "[Alignment] involves a couple of things. First, we must ensure that our organizations, systems, and processes are aligned to deliver exactly what they are designed to produce ? a combat-capable Navy, ready to sail into harm's way. Second, alignment involves clear communication, from the recruiter, to the LPO to the CO to the CNO. It's about communicating realistic expectations and then helping Sailors accomplish realistic goals ? in a word, credibility." ADM Vern Clark, CNO http://www.chinfo.navy.mil/navpalib/cno/cno-top5.html 2. SCOPE: Provide engineering/management services to evaluate, beta test and deploy an Expeditionary Strike Group One (ESG ONE) alignment measurement and tracking system and to provide end-product deliverables. The contractor shall meet the Chief of Naval Operations? (CNO) five major imperatives, which includes people, current readiness, future readiness, quality of service, and alignment. 3. REQUIREMENTS: Alignment measurement and tracking system includes the following series of developmental steps and effort with CNSP and ESG ONE. 3.1 Specific Requirements: 3.1.1 Discussions/meetings with CNSP and ESG ONE staff leadership to incorporate CNSP and ESG ONE requirements and issues concerning development of an integrated alignment measurement and tracking system, and determination of the level of integration and complement with other TYCOM level initiatives and performance tools. Incorporate input from CNSP, ESG ONE and other key stakeholders to ensure acceptance, and ultimate use of the final, post beta test, product. CNSP and ESG ONE will establish an internal development team to assist the contractor in creating the appropriate choice of factors, normative statements, proper wording, and demographics for the beta test. Input from the CNSP/ ESG ONE internal development team will be used to recommend beta test site selection. 3.1.2 Conduct a ?Plan-Deploy-Review? session with CNSP and ESG ONE staff to refine key goals and objectives and to lay the foundation of a management system that is aligned and integrated with the measurement system. 3.1.3 Validate the beta test questionnaire by interviewing representative members of the various demographi cs groups such as service, ranks and location. 3.1.4 Review and approval by CNSP and ESG ONE of the beta test questions and location, as well as the communication package that will precede it created by the contractors and CNSP/ ESG ONE. 3.1.5 Create the on-line web site as well as the Navy version of a user guide for analyzing the results, which would be included as part of the beta test package. 3.1.6 Conduct the beta test. 3.1.7 Factor Analysis of the draft set of statements to reduce the total numbers of statements and ensure the statistical validity of the instrument. 3.1.8 Evaluate the beta test, analyze the results and plan the deployment process. 4. DELIVERABLES 4.1 Deliverables to be provided to CNSP no later than 20 August 2003: 4.1.1 A prototype of an organizational alignment Survey and analysis system. 4.1.2 A tailored ESG ONE ali gnment measurement and tracking system aligned with CNO?s five imperatives. 4.1.3 A completed beta test of the system and evaluation. 4.2 Deliverables to be provided to CNSP no later than 30 September 2003: 4.2.1 Deploy and complete initial survey of ESG ONE (report/analysis to be provided NLT 30 days after completion of survey). 4.3 Deliverables to be provided to CNSP no later than 25 April 2004: 4.3.1 Deploy and complete second survey of ESG ONE. 4.4 Deliverables to be provided to CNSP no later than 30 May 2004: 4.4.1 Produce final reports/analysis/comparisons of the two surveys and provide recommendations. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Of feror Representation and Certifications ? Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering the evaluation criteria and price. EVALUATION CRITERIA The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (I) TECHNICAL CAPABILITY OF PROPOSED TO MEET AND UNDERSTAND THE REQUIREMENT (ii) EXPERIENCE/PAST PERFORMANCE (iii) PRICE At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's b est terms from both a price and technical standpoint. Offerors' proposals will be evaluated first under Factor (i) above, to determine if offerors understand and will be able to meet the requirements of the Statement of Work. Under this factor, proposal will be determined to be either technically acceptable or unacceptable. Failure to meet this factor will render the offer to be technically unacceptable and will not be considered for award. See paragraph (b) below. Only those Offers which meet the technical requirements required by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii) is equal to Factor (iii), PRICE. Offeror's PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMME RCIAL ITEMS , Subparagraph (b)(10), will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources that may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.neco.navy.mil Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following informat ion: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. QUOTES MUST BE RECEIVED NO LATER THAN 3:00 PM, LOCAL TIME 17 JULY 2003 . Offers will be accepted via fax (619-532-1088) or via e-mail (Caroline.Standish@navy.mil) Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. PAST PERFORMANCE DATA SHEET: OFFEROR'S PAST PERFORMANCE DATA N00244-03-T-0860 COMPANY NAME: ADDRESS: CONTACT NAME: TELEPHONE: TELEFAX: 1. This Perfo rmance Data is to be used to evaluate your Company's past performance in meeting contract cost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. CONTRACT NUMBER FOR REFERENCE #1: a. AWARDED BY: b. ADDRESS: c. CITY/STATE/ZIP: d. CONTACT NAME: e. TELEPHONE/FAX: f. CONTRACT TYPE: g. ITEM DESCRIPTION: h. QUANTITY: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? j. Yes* No Was, or is, any part of this contract terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes No* Were all items delivered within the original contract schedule? m. Yes* No Have your Company received any quality awards in the past three years? n. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. NOTE: OFFEROR?S TO COMPLETE THE ABOVE FORM FOR THREE SEPARATE PRIOR CONTRACTS.
 
Web Link
click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00372021-W 20030717/030715213955 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.