Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2004 FBO #1018
SOLICITATION NOTICE

R -- Resource Management Support for Office of the Provost Marshal General (OPMG) Resource Management Directorate

Notice Date
9/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-T-JLM4
 
Response Due
9/20/2004
 
Archive Date
11/19/2004
 
Point of Contact
MICHELLE HODGES, 703-695-2564
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(MICHELLE.HODGES@HQDA.ARMY.MIL)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
7 Sep 2004 The Defense Contracting Command-Washington, on behalf of The Office of the Provost Marshal General (OPMG) Resource Management Directorate (RMD), is issuing this combined synopsis/solicitation for commercial services prepared in accordance with the format i n FAR Subpart 12.6, as supplemented with additional information included in this notice. This Requirement is a 100% Set Aside, Service-Disabled Veteran-Owned Small Business, Firmed Fixed Price. This announcement is a request for quotes/proposals and const itutes the only solicitation; a written solicitation will not be issued. The solicitation number is W74VH8-04-T-JLM4. The North American Industrial Classification System (NAICS) code is 541611, Professional Services, with a small business size standard o f $5,000,000.00. Incorporated provisions clauses are those in effect through Federal Acquisition Circular 01-20 effective February 23, 2004. This requirement is a total Small Business Set-aside. The Statement of Work is as follows: The Office of the Provost Marshal General (OPMG) Resource Management Directorate (RMD)) has a requirement for technical, analytical, and organizational support to improve and enhance the RM ability to manage multiple appropriations and compete for funding with HQDA. 1. Background: The OPMG Operations Division establishes policy for management and oversight of Law Enforcement, Counterdrug, Corrections, Confinement, Physical Security, and Antiterrorism programs for the Army. Additionally, the Division acts as the Dep artment of Defense Executive Agent for the Enemy Prisoner of War/Detainee program. Furthermore, it monitors and reports worldwide force protection and criminal information. The Resource Management (RM) Directorate is responsible for managing and coordinat ing funding for the organization. Over the last year, the dynamics of the program has lead to greater demands being place on the RM in the management of resources process and have exposed a need for more assistance in the area of the Planning, Programming , Budgeting, and Execution (PPBE) Process. 2. Objective: The objective of this contract is to obtain technical, analytical, and organizational support to improve and enhance the RM ability to manage multiple appropriations and compete for funding with HQDA. The complexity and diversity of the users needs require expert contractor technical support and management skills to properly execute the organizations funding and management of selected Management Decision Packages (MDEPs) and prepare the way forward for POM year funding. 3. Scope of Work: The general areas to be supported for the duration of the contract are set forth in this Scope of Work (SOW). Specific tasks in this SOW are as follows: 3a. Task 1: Program Management and Administrative Support The contractor shall manage this contract to ensure efficient, effective accomplishment of all tasks. The contractor shall develop a plan to accomplish these tasks. The contractor shall provide support in areas such as word processing, document preparat ion, development of deliverables, and support of meetings and conferences required to support the effort set forth herein. 3b. Task 2: Planning, Programming, Budgeting, and Execution (PPBE) Process Support. The contractor shall provide direct, knowledge-based support to the RM with the PPBE Process and program funding. The contractor shall provide direct interface with the Army Staff in matters pertaining to OPMG-RM funding, both current and outyears. This support will include but not be limited to Program Objective Memorandum (POM) development and Budget Estimate Submissions (BES). The contractor shall ensure all process es are synchronized and in accordance with the detailed procedures used by the Department of Defense (DoD) in allocating funds. The contractor shall have knowledge of and be proficient with the DoD Select and Native Programming Data Input System (SN aP). Departmental level funding points of contact will be established and used in all funding processes. 3c. Task 3: Management Decision Package (MDEP) Coordination, Development, and Assessment. The contractor shall maintain subject matter expertise regarding all program, budget, and funding issues associated with the OPMG MDEPs. The contractor shall plan, prepare and summarize all required MDEP briefings to include coordinating with the responsible HQDA focal points in Army Budget Office ABO, Program Analysis Evaluation Division PAED and the Program Evaluation Groups (PEGs). The contractor shall also peri odically prepare program briefings as required for the OPMG Command Group and others as required. 3d. Task 4: Annual Resource Management Workshop. The contractor shall be required to provide direct support to the annual resource management workshop to include but not be limited to meeting facilitation, attendance database management, workshop plannin g and support, agenda development, website development, site coordination and selection, guest speaker coordination, and package preparation. 3e. Task 5: Program Support. The contractor shall be required to provide direct support to the OPMG to include but not be limited to the following: combatant command integrated priority list analysis, Total Army Analysis (TAA) development, Force Protect ion Assessment Team (FPAT) assessments, quarterback chart development for congressional issues, analysis of the funding aspect of engineering projects, assessment of corrections facilities funding request, database development, files maintenance, and other activities associated with the OPMG mission. 4. Place of Performance: Work is to be accomplished at government work locations and if required, the contractor site. Contractor personnel may be required to travel in Continental United States (CONUS) and outside Continental United States (OCONUS) to s upport this contract. 5. Government Furnished Resources: The government will provide office space, office supplies, computer equipment, and time, telephone, and reproduction facilities as required. The government will also provide manuals, texts, briefs, and other materials associated with the contract. 6. Security: To accomplish the contract, contractor access to Top Secret is currently required for all personnel entering the office. This requirement is based on the fact that the physical location and some data related to certain aspects is highly cla ssified. 7. Contractor Travel Requirements: As needed and approved by the Contracting Officers Representative (COR), the contractor will be required to travel to conduct technical and program activities in support of the RM. Travel will be made IAW Joint Federa l Travel Regulation. Contractors may be required to travel to West Point, NY, San Antonio Texas ( 2 trips), Hawaii, Seoul Korea for FPAT Assessments. The assessments usually last over a period of 3 days 8. Period of Performance: Base period is nine months with three (1 year) options. 9. Deliverables: The contractor will be responsible for delivering all end items specified. The following deliverables are required and are as follows: Support Area Title Delivery Date/Description Management Funding/Labor expenditure report Monthly Management Monthly Progress Report Monthly Management Trip/Conference Report Five working days after completion or attendance 9.2 Criteria for Acceptance. Specific criteria for acceptance of deliverables will be as follows: All deliverables will be prepared and formatted in accordance with the Staff Action Guidelines or as otherwise specified by the government. A Best Value Approach will be used for the evaluation. The Government intends to make award without discussions, but reserves the right to do so if necessary. The Government will award a contract resulting from this solicitation to the responsible offero r whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Evaluation Factors are: (1) Technical Understanding of the Work, (2) Key Personnel, (3) Past Performance, (4) Price. Evaluation Factors 1, 2, and 3 are of equal weight and importance. Price is less important than Factors 1, 2 and 3 individually, but remains a substantial factor. Price will not be Adjectivally Rated. Adjectival Ratings for factors 1, 2 and 3 will include: Excellent, Good, Acceptabl e, Marginal and Unacceptable. Proposals will be evaluated based on the following factors: FACTOR 1. Technical Understanding of the Work: This factor involves the degree to which the offeror identifies those technical capabilities that will addresses the technical requirements in the Statement of Work as related to the mission and functions of the Directorate of Resource Management, OPMG, the Army and the Department of Defense; and the offerors knowledge in and experience and involvement with these organizations. Specific examples must be outlined in the offerors proposal particularly regarding the Planning, Programming, Budgeting and Execution (PPBE) Process and Select and Native Programming (SNaP) Data Input Systems. FACTOR 2. Key Personnel: This factor involves the level and ability of key staff members directly related in performing the tasks outlined in the Statement of Work to include as a minimum the adequacy of the offeror's technical organization and staffing, the level of demonstrated experience, education, technical qualifications, the availability of the proposed personnel, the plans and ability to retain qualified personnel, and the adequacy of the plan to recruit qualified personnel. Contractors will subm it resumes of key personnel that reflect the experience and qualifications consistent with their proposal. Key personnel will have a minimum of two years experience working on the Army and Major Command staff, have a current Top Secret security clearance, and be trained in the Armys PPBE Process. FACTOR 3. Past Performance: This factor involves the evaluation of the quality of the contractors past performance for services similar in scope and nature to this contracting effort. The contractor will be evaluated in the following past performance a reas: similar size, scope, and complexity of work, quality of service, timeliness of performance, cost control, and customer satisfaction. The Government may also evaluate information that is gathered independent of the contractors proposal to assess past performance. The absence of past performance data will be given a neutral rating. The contractor shall submit the following performance data: (1) A list of the last three (3) similar technical support contracts and/or subcontracts completed within the last three years, and all related contracts and subcontracts currently in process. Contracts listed may include those entered into with Governm ent agencies or private sectors. If there is no contract history, experience of individuals may be substituted. (2) Information as to the quality, timeliness, customer satisfaction, business practices, and personnel management are all elements of past performance evaluation. (3) Include the following information for each contract and subcontract: Project or contract title, number, and duration Name and address of contracting activity Name, phone/fax numbers for the Procurement Contracting Officer, Administrative Contracting Officer, and Contracting Officers Representative Brief summary of service provided. FACTOR 4. Price The Base Period is 9 mos. and each Option Year should be priced as follows: DESCRIPTION QTY UNIT UNIT PRICE EXT. PRICE CLIN 0001 Resource Mgt. Spt.Base Period: 30 Sep 04 thru 29 Jun 05 CLIN 0001AA Senior Military Analyst/Comptroller(Estimate Hours 416) 9 MOS CLIN 0001AB Senior Financial Analyst(Estimate Hours 1675) 9 MOS CLIN 0001AC Senior Budget Analyst(Estimate Hours 1675) 9 MOS CLIN 0001AD Senior Program Analyst(Estimate Hours 1675) 9 MOS CLIN 0001AE Documentation Specialist (Estimate Hours 100) 9 MOS CLIN 0002 Resource Mgt. Workshop 1 LT CLIN 0003 Travel 12 MOS DESCRIPTION QTY UNIT UNIT PRICE EXT. PRICE CLIN 0004 Resource Mgt. Spt.OPT YR. 1: 30 Jun 05 thru 29 Jun 06 12 MOS CLIN 0004AA Senior Military Analyst/Comptroller(Estimate Hours 2080) 9 MOS CLIN 0004AB Senior Financial Analyst(Estimate Hours 2080) 9 MOS CLIN 0004AC Senior Budget Analyst(Estimate Hours 2080) 9 MOS CLIN 0004AD Senior Program Analyst(Estimate Hours 2080) 9 MOS CLIN 0004AE Documentation Specialist(Estimate Hours 100) CLIN 0005 Resource Mgt. Workshop 1 LT CLIN 0006 Travel 12 MOS DESCRIPTION QTY UNIT UNIT PRICE EXT. PRICE CLIN 0007 Resource Mgt. Spt.OPT YR. 2: 30 Jun 05 thru 29 Jun 06 CLIN 0007AA Senior Military Analyst/Comptroller(Estimate Hours 2080) 12 MOS CLIN 0007AB Senior Financial Analyst(Estimate Hours 2080) 12 MOS CLIN 0007AC Senior Budget Analyst(Estimate Hours 2080) 12 MOS CLIN 0007AD Senior Program Analyst(Estimate Hours 2080) 12 MOS CLIN 0007AE Documentation Specialist(Estimate Hours 100) 12 MOS CLIN 0008 Resource Mgt. Workshop 1 LT CLIN 0009 Travel 12 MOS DESCRIPTION QTY UNIT UNIT PRICE EXT. PRICE CLIN 0010 Resource Mgt. Spt.OPT YR. 3: 30 Jun 06 thru 29 Jun 07 CLIN 0010AA Senior Military Analyst/Comptroller(Estimate Hours 2080) 12 MOS CLIN 0010AB Senior Financial Analyst(Estimate Hours 2080) 12 MOS CLIN 0010AC Senior Budget Analyst(Estimate Hours 2080) 12 MOS CLIN 0010AD Senior Program Analyst(Estimate Hours 2080) 12 MOS CLIN 0010AE Documentation Specialist(Estimate Hours 100) 12 MOS CLIN 00011 Resource Mgt. Workshop 1 LT CLIN 00012 Travel 12 MOS Before award can be made contractors must be registered in the Central Contractor Registration (CCR), in accordance with DFARS 252.204-7004, Required Central Contractor Registration (can be found at www.acq.osd.mil/dp/dars/dfars.html). Information on how to register can be found at www.ccr.gov. The following terms, conditions, provisions, and clauses are available at www.arnet.gov/far and are applicable to this acquisition: FAR 52.212-1, Instructions to OfferorsCommercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 ALT I Offeror Representations and CertificationsCommercial Items; FAR 52.212-4 Contract Terms and ConditionsCommercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersC ommercial Items; FAR 52.232-33Payment by Electronic Funds TransferCentral Contractor Registration; FAR 52.217-8Option to Extend Services; FAR 52.217-9Option to Extend the Term of the Contract; DFARS 252.232-7003-Electronic Submission of Payments. Interested parties shall submit questions electronically to James L. Murphy, Defense Contracting Command  Washington by email at James.Murphy@hqda.army.mil referencing W74V8H-04-T-JLM4 by 10:00 am on 9 September 2004. Questions will be answered by an ame ndment to this solicitation. All responsible/responsive contractors will be considered for award. Technical and price proposals must be received no later than 10:00 am on 20 September 2004 at the above email address. Please note that your total written technical submission shall not be more than 10 pages. Resumes will not count towards this page limitation. The price proposal should be subm itted under a separate cover attachment and include a breakout of all Labor Categories, Hourly Rates, Number of Hours, etc. An executed SF 1449 shall result in a binding contract without further action by either party. Your proposal shall include the com pany name, address, telephone number, DUNS number, Tax Identification Number, technical description, breakout of all costs, business size in a completed copy of Representations and CertificationsCommercial Items (FAR 52.212-3 ALT 1), and an acknowledgemen t of all amendments. The offeror agrees to hold firm the prices submitted in the proposal for 60 days from the date and time specified for receipt of proposals. The offer shall submit a statement of agreement with the terms and conditions included in thi s solicitation.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00667009-W 20040909/040907213037 (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.