Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2004 FBO #0858
SOLICITATION NOTICE

R -- DLA Facility Project Manual into the One-Book Format

Notice Date
3/31/2004
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
 
ZIP Code
22060-6220
 
Solicitation Number
DSSIP04072001
 
Response Due
4/5/2004
 
Archive Date
4/20/2004
 
Point of Contact
Crystal Clark, Contract Specialist, Phone (703) 767-1130, Fax (703)767-1130, - Crystal Clark, Contract Specialist, Phone (703) 767-1130, Fax (703)767-1130,
 
E-Mail Address
crystal_clark@hq.dla.mil, crystal_clark@hq.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number is DSSIP04072001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Acquisition of Commercial Items; (FAC 21); 26 March 2004. This solicitation is a 100% small business set aside, and the NAICS code is 541611, size standard is $6.0M. The Government intends to award a Firm Fixed Price (FFP) contract. The contract line item is CLIN 0001: The contractor shall furnish materials and supplies to perform the work specified in the specific tasks listed in C.3 through C.6. The Government does not intend to provide any material support (e.g. office space, computers, paper, etc) for this requirement. C.1 BACKGROUND: The Defense Logistics Agency (DLA) provides logistical support for the entire Department of Defense. The infrastructure used to conduct this mission varies widely from highly specialized petroleum facilities to standard administrative and warehouse facilities. The policy document that currently governs the Sustainment, Restoration, and Modernization program for all DLA facilities is DLAM 4270.1, the DLA Facilities Projects Manual. The current Facilities Project Manual is outdated and in need of conversion to the One-Book format. The organic DSS staff does not have sufficient manpower to research and reformat the current Facilities Project Manual in the timeframe mandated for updating all existing DLA policy manuals. Since the policy promulgated by this manual directly impacts facilities essential to the performance of the Agency?s mission, and involves annual budgets of approximately $300 million, it is essential that the required research and conversion be as complete, accurate and clear as possible. C.2 OBJECTIVE: Update the current DLA Facility Project Manual into the One-Book Format. The new policy document will encompass only the SRM Program processes. The processes for Non-ADP Capital Equipment, MILCON, Military Family Housing and PDW will be addressed in other One-Book documents which can be referenced as appropriate. One-Book process flowcharts and text must be entirely consistent with the current real property policies and the SRM automated systems. All appropriate technical documents are to be incorporated by reference (e.g. United States Code cites, DoD Directives and Instructions, DoD Financial Management Regulation, DoD Unified Facilities Criteria 3-600-01 Fire Protection, SRM Project Application User?s manual, DD1391 Preparation Guidance, etc). C.3 SCOPE: The SRM Project management process shall include all policies and all manual (i.e. project checklists, building project folders) and automated methods (i.e. SRM Project Application, Facility Management System Application, email) to accomplish the following: Planning Identification and documentation of the facility deficiency or requirement including the scope, justification, host and customer data, location, facility, major component and condition data. Programming Development of project design and construction costs, work classification, priorities, execution plans, and SRM program budget requirements by business management area. Design Identification and tracking of design support activities, milestones/events, and costs necessary to prepare a facility project for construction contract solicitation/negotiation and award. Funding Capture and tracking of funding document information, by project, including commitments, acceptances, obligations, contract/delivery order awards, and contract modifications for both design and construction. Contracting Capture and tracking of contracting events and documents, including actual contract and modification award amounts and dates. Construction Capture and reporting of contract execution data from notice to proceed (NTP) through beneficial occupancy and closeout. C.4 SPECIFIC TASKS: C.4.1 Reformat/Update the current DLA Facility Project Manual, DLAM 4270.1 into the DLA One-Book Format as specified and described in the current DLA One-Book Chapter Sample Process and Style Guide, Flowchart Symbols, and associated documents on the DLA One-Book webpage (http://www.dla.mil/onebook). (a) Identify all related policy documents from higher authorities and include by reference; (b) Analyze the existing process to identify opportunities to improve the process and ensure the document developed is in concert with the current policies, audit findings, and SRM Automated Project Systems; (c) Identify references to other processes related to, an impacting, the SRM Project process, (d) Limit the scope to the SRM Program processes (e.g. SRM engineering studies, SRM project management, SRM program management, SRM funded facility demolition). Policy for programs such as MILCON, Military Family Housing, Non-ADP Equipment, Space Utilization, and Master Planning will only be referenced here and addressed in other policy documents. C.4.2 Develop One-Book flowcharts to provide an overview of the required SRM facility program and project processes including: (a) Depiction of the real property facility deficiency identification and documentation process as the basis for all DLA facility SRM programs. Provide separate or tailored guidance for tenant and host sites as appropriate; (b) Articulate SRM planning, programming, and budgeting actions, timeframes and milestones relative to the DoD planning, programming and budgeting process timeframes, (c)Articulate the decision process between real and personal property funding in accordance with the established DSS-I flowchart and policy, (d) Address the guidance on updating DPAS records following capital improvements to real property facilities. C.4.3 Develop a subprocess to address each of the following types of specific projects; (a) Project requiring 10 U.S.C. 2811 notices outside DLA. Justifications and economic analysis must be prepared and formatted in accordance with applicable MILDEP regulations or guidance. For DLA permitted sites, follow the Army process and submitted via the field activity commander to DSS-I; (b) Projects involving foreign currency; (c) Projects being executed by non-DLA agents (Corps, NAVFAC or other) must be done only with a written directive including a detailed scope of work. If the project cost exceeds the local approval authority a copy of the DSS-I project approval letter and approved DD1391 must be attached to and referenced by the document funding project execution; (d) Project designs for amounts in excess of the field activity written delegated approval authority may not begin until approved by DSS; (e) Projects requiring reapproval that exceeds 150% of the original approved amount or if reapproval exceeds $5M, the activity head or activity commander shall request project reapproval; (f) Facility demolition not funded as part of a MILCON project, (g) Projects involving both real and personal property shall be planned and programmed according to the SRM and personal property processes. C.4.4 Arrange and actively participate in 4 status review meetings with DSS-IP. Provide advance read ahead copies of relevant documents, including the Draft One-Book Chapter, for each review meeting a minimum of 3 days in advance of each meeting. Schedule the meetings at the 15, 30 and 45 day intervals. C.5 DELIVERABLES: C.5.1 In coordination with DSS-I staff, prepare and deliver a final draft of the SRM Program Policy document in MS Word using the One-Book format. C.5.2 After DSS-I review and incorporation of all DSS-I comments, prepare and deliver a final version of the SRM Program Policy in MS Word using the One-Book format. C.6 PERIOD OF PERFORMANCE/PLACE OF PERFORMANCE: C.6.1 Deliverable 1 shall be completed within 60 calendar days from initial notice to proceed (NTP). C.6.2 Deliverable 2 shall be completed within 75 calendar days from NTP. C.6.3. The Place of Performance will be the Contractor?s site except for meetings that will be held at the DSS-IP office, address: DLA HQ Complex, 8725 John J. Kingman Road, Suite 3339, Fort Belvoir, VA 22060. FACTORS FOR AWARD: The provision at 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. Provision 52.212-2 Evaluation ? Commercial Items applies to this acquisition. The following evaluation factors are applicable in descending order of importance: Factor 1 ? TECHNICAL EXPERIENCE. The Contractor personnel performing this work must each have a minimum of ten years of hands-on experience (either as a contractor or a government employee) with at least two of the three business areas (Supply, Distribution, DRMS) of the DLA SRM program that allowed them to develop: a. Expert knowledge of the problems DLA has encountered with SRM projects it has funded since the last SRM policy was promulgated in 1984 and how the resolution of those problems can contribute to the development of updated DLA SRM policy, b. Knowledge of the DoD Facility Sustainment Model and the DoD Recapitalization Model and their impact on DLA SRM Program Management policies, c. Knowledge of the draft DoD Instruction 4165.14, Real Property Inventory Reporting and Forecasting and its potential impact on the identification and tracking of DOD real property facilities, d. Expert knowledge of the actual practices employed throughout DLA to commit, obligate, and disburse Defense Working Capital Funding for the design and execution of SRM projects both to DLA and non-DLA execution agents and activities. Factor 2 ? PAST PERFORMANCE EXPERIENCE. The contractor will only be provided broad technical oversight from the DLA Corporate Installations staff and will have to perform under a tight timeline. Therefore the qualifying experience must be current, regular, and frequent and consist of at least one contract or major work assignment in the DLA SRM program every year for the last 10 years. Due to the high quality required of policy documents, the experience must be supported by evidence of timely and high quality work performance. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement statutes Or Executive Orders ? Commercial Items, applies to this acquisition. FAR clauses 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.222-41 and 43 apply to this solicitation. Offers are due by April 5, 2004 at 2:00 p.m., Defense Logistics Agency, ATTN: DSS-ACC, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060-6220. Please contact Ms. Crystal Clark (crystal_clark@hq.dla.mil) for information regarding the solicitation.
 
Place of Performance
Address: 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, VA
Zip Code: 22060
Country: U.S.A.
 
Record
SN00557169-W 20040402/040331211557 (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.