Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
MODIFICATION

R -- ANTITERRORISM ASSISTANCE PROGRAMS (ATA) PROFESSIONAL SUPPORT SERVICES

Notice Date
3/2/2005
 
Notice Type
Modification
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
Reference-Number-ATA-2005
 
Response Due
4/7/2005
 
Archive Date
4/22/2005
 
Description
ATA PROFESSIONAL SUPPORT SERVICES FEDBIZOPPS ANNOUNCEMENT THE U.S. DEPARTMENT OF STATE (DOS), the purpose of this solicitation is to provide the Department of State with contractor personnel necessary to effectively support the Bureau of Diplomatic Security Antiterrorism Assistance Programs. The contractor shall be responsible to provide laborers to Bureau of Diplomatic Security Antiterrorism Assistance Programs that will assist in physical security, instruction personnel, financial management, and adequate support services. The government reserves the right not to make award to any offeror receiving less than a satisfactory rating in all evaluation factors and sub-factors. THE PROJECT SOLICITATION WILL CONSIST OF TWO PHASES. This announcement for prequalification is Phase I. The Department of State will evaluate and rate the prequalification proposals based on the evaluation criteria set forth in the following Evaluation Factors. Those offerors receiving a satisfactory evaluated rating from the technical board will be issued a formal solicitation and invited to submit proposed pricing in Phase II. If more than six satisfactory Phase 1 packages are received for this announcement, the Government reserves the right to limit Phase II to the six best qualified offerors. The submissions received in response to the Phase II formal solicitation shall be submitted in the formats provided and will be evaluated in accordance with the evaluation procedures contained in the solicitation. IN ORDER TO BE ELIGIBLE TO PERFORM UNDER THIS CONTRACT. All labor categories must possess a Secret personnel security clearance issued by Defense Security service (DSS) by the date of contract award. PROPOSAL SUBMISSION REQUIREMENTS/ PREQUALIFICATION EVALUATION FACTORS PROPOSAL SUBMISSION INSTRUCTIONS: Offerors that meet the requirements described above are required to submit the documentation as described in the following evaluation factors. To be considered for qualification, offerors must address the following criteria in writing, and meet the requirements of each of the criteria fully. Offerors are cautioned that only the information contained in their submission and any additional obtained concerning past performance will be considered during the evaluation of offerors. Submissions must be provided in original and three copies, and formatted and tabulated by evaluation factor: Factor 1 - Technical Approach; Factor 2 - Technical Qualifications; 2a - Professional Qualifications, 2b - Capacity; Factor 3 - Past and Present Performance. Maximum page limit for submissions is 200 single sided pages/100 doubled sided pages. Offers shall be submitted in size twelve (12) font. FACTOR 1: TECHNICAL APPROACH AND BUSINESS MANAGEMENT PLAN. Provide a business management plan for labor hour contracts that your firm was/is lead for that explains the offeror?s methodology for decision making, personnel management, team approach, quality assurance, etc. in the execution of the contract scope, schedule establishment and control, and budget allocation. Clearly demonstrate the relationship amongst the offeror, subcontractors and Government entity/Commercial entity. Show the process and method of identifying and correcting deficiencies. The Government will evaluate the extent to which the offeror's proposed plan demonstrates a comprehensive and effective approach for management and coordination of decision making and project personnel and development and control of project schedules and budgets. ? 20 points. FACTOR 2: TECHNICAL QUALIFICATIONS. SUB-FACTOR 2A: PROFESSIONAL QUALIFICATIONS. Provide a minimum of four projects in the last three years which your firm has provided a labor hour contract of this cost magnitude, size and scope of personnel as seen in ?modification to previous notice? dated; Feb 22, 2005. The Government will evaluate the extent to which the offeror's technical proposal: (a) Demonstrates professional qualifications, specialized experience, and technical competence in labor hour contracts of domestic and international projects involving multiple contractor and subcontractor disciplines. - 20 points (b) Provide documentation demonstrating offeror's existing relationships or the capability to obtain and provide specialized experience, licensed professional engineers and architects having technical competence in the design of similar international projects involving multiple disciplines and subcontractors. ? 25 points. SUBFACTOR 2b: CAPACITY. The Government will evaluate the extent to which the offeror's proposal demonstrates capacity (financial, professional, and personnel resources) to accomplish work within required cost and time parameters. ? 15 points. FACTOR 3: PAST AND PRESENT PERFORMANCE. Offerors shall submit detailed information concerning Federal, State and Local Government, and private contracts considered to be relevant in demonstrating ability to a labor hour contract and showing how you maintained required disciplines to support the government entity. Performance shall have been within the last three years. This information may include efforts performed by other divisions, corporate management, or critical subcontractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. Information shall include: offeror?s company/division; program title; customer contract agency/company; contract number; brief description of effort and relevance to the proposed effort; type, value and performance period of contract; and offeror?s role in past work (prime or sub). Provide name, address and telephone number of current or last, Program Manager, Contracting Officer, and/or Contract Manager for each referenced project. Offerors may include additional relevant information demonstrating significant achievements or explain performance problems they consider relevant to the proposed efforts. The Government will evaluate the extent to which the offeror?s past performance demonstrates conformance to specifications and compliance with contract terms and conditions; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel. ? 20 points. Note: As prescribed in the Federal Acquisition Regulation at 15.305(a) (2) (iv), an offeror without a record of relevant past performance or for whom information on past performance is not available will receive a neutral rating Offerors that meet the requirements described in this announcement are invited to submit a statement of the offeror?s business structure (e.g., Joint Venture, integrated contractor. It is the intent of the Government to make multiple awards to at least one small business and two large businesses determined prequalified based on proposals received in response to this notice, and information concerning past performance obtained from available sources, and to offeror(s) submitting the most advantageous Phase II proposal, as determined in accordance with the Request for Proposal section ?L and M? of the solicitation. ALL SUBMITTALS MUST BE RECEIVED BY 4:00 P.M. EST April 7, 2005. TRANSMISSION OF PROPOSALS: Offerors are advised to hand deliver or submit proposals by courier (FEDEX, UPS Express Mail, DHL, ETC.) to the following address (DO NOT USE the U.S. POSTAL SERVICE (PO Box) ADDRESS) U.S. Department of State: Attn: Howard Williams Jr; A/LM/AQM/WWD, 2nd Floor, SA-6; 1701 North Fort Meyer Drive, (17th St. Entrance); Arlington, VA 22209. Include the solicitation title; ?ATA PROFESSIONAL SUPPORT SERVICES?, on the face of the package. REQUESTS FOR CLARIFICATIONS must be submitted in writing to Howard Williams Jr by mail, at facsimile (703) 875-6085, or e-mail WilliamsH@state.gov. Voice contact telephone (703) 875-6279.
 
Place of Performance
Address: Washington D. C.
Zip Code: 22209
Country: USA
 
Record
SN00760921-W 20050304/050302211828 (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.