SOLICITATION NOTICE
R -- PEO STRI CONGRESSIONAL SUPPORT
- Notice Date
- 11/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- N61339-05-T-0099
- Response Due
- 11/18/2005
- Archive Date
- 12/3/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N61339-05-T-0099 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-1. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this solicitation is 541890 with a size standard of $6M. The following support is required: CLIN 0001: 1. SCOPE. This Statement of Work (SOW) defines the effort required to obtain specialized support to integrate the requirements of PEO STRI within the Army's requirements and resource processes to ensure the needs of PEO STRI are adequately considered within the Army, Congress, and surrounding community. Prerequisites for this process are a command strategy that closely aligns PEO STRI?s vision with the Army's vision, Acquisition Support Centers (ASC) vision, with the transformation of the Army and a strategic linkage to each organization that impacts PEO STRI. 1.1 Background. The PEO of PEO STRI in Orlando, Florida, requires support to effectively and efficiently impact the resource and planning processes of the Army and other Services which support PEO STRI. Additionally, assistance is needed to ensure PEO STRI?s capabilities are widely understood and routinely considered in the acquisition process. 1.2 This Statement of Work describes a performance based work environment in terms of ?what? the required service outputs are rather than ?how? to perform the work. The service provider is encouraged to strive for constant improvement and innovation in the performance of this contract as long as the performance objectives are being achieved at the desired levels of performance. Successfully identifying and applying best practices can reduce business expenses and improve customer satisfaction. The service provider is required to manage the quality of the services delivered using their internal management structure. This SOW attempts to create a government-service provider relationship that promotes achievement of mutually beneficial goals, and promotes a partnership environment. The success of this contract is dependent upon free and open communication between the government and the service provider. The ultimate goal of this SOW is for the service provider to establish a quality customer-focused multifunctional team meeting the needs of PEO STRI. 2. APPLICABLE DOCUMENTS. 2.1 This section does not apply since no documents are referenced in Section 3 of the SOW. 3. REQUIREMENTS. The contractor shall provide all personnel, administration and support required to integrate PEO STRI?s capabilities with the Service/Agencies needs and to ensure PEO STRI?s needs are considered in the Service/Agencies resource and planning processes, in the Congressional budgeting process, and within the community. The contractor shall provide personnel with specialized knowledge of current and future Service/Agencies programs with specific expertise in budget program and liaison issues. 3.1 Congressional Communications and Activities Coordination. The Contractor shall assist PEO STRI in developing a Congressional Plan that adequately addresses the roles and missions of the PEO and the programs and their impacts on Soldiers and Soldier readiness. The plan is essential to effectively communicate and educate Congressional members and their staffs about PEO STRI?s programs and the Congressional priorities. 3.2 The contractor shall support drafting the PEO STRI Congressional Plan and advising the Congressional and Public Affairs Officer on communication techniques, procedures and processes to develop relationships with Congress. 3.3 Following receipt of the PEO's Congressional priorities, the contractor shall develop and recommend a Congressional strategy with an execution plan encompassing the entire Congressional year. The recommendation shall identify key Members of Congress, Staffers and Committee assignments. 3.4 The Contractor shall conduct research, prepare technical analysis and hearing summaries, and draft assessments of legislation having impact on PEO STRI. 3.5 The contractor shall provide assistance to the Congressional and Public Affairs Office in developing and executing other Congressional strategies that are PEO STRI issue or program oriented. 3.6 Assist with planning and coordinating, training, and managing for a Special Event. Produce and deliver Congressional communication products and exhibits that will enhance the visibility and mission of PEO STRI. The event is the annual Army Demonstration on Capitol Hill where the PEO has 150 demonstrators and 20 Army exhibits during the first full week in February. The contractor shall provide on site knowledgeable personnel able to identify our key constituents that attend the Army Demonstration. During the demonstration contractor shall provide a copy of the approved congressional budget analyzed and aligned with PEO STRI?s mission within 12 hours. 3.7 Personnel Qualifications: The contractor shall provide personnel with experience in public relations, Congressional affairs, the Secretariat, the ARSTAF, the Army Acquisition Process, and the Army POM sufficient to obtain the performance objectives set forth herein. A working knowledge of Congressional budget program and liaison issues is crucial. The contractor must be experienced in establishing Congressional liaison activities and knowledgeable of the Army Congressional and Budget Affairs activities and procedures. 4.0 Deliverables: The contractors shall prepare and deliver the following: (Contractor format is acceptable). 4.1 Meeting Minutes/Meeting Support Documents: Briefings, meeting minutes and supporting documentation shall be provided within ten calendar days after conclusion of the meeting/briefing. All fore mentioned items shall be delivered as specified by the COR. The contractor shall provide in hard copy and an electronic copy with hardware and software in use by PEO STRI. Meeting minutes may be required to be in another form of media or format as mutually agreed to between the government and the contractor. (DI-ADMN-81505) 4.2 Monthly Progress/Status Report: The contractor shall provide a report on a monthly basis that addresses the following: (DI-MGMT-80227) a. Provides a recap of accrued hours by labor category, accrued material and accrued travel. b. Provides a recap of significant events in an executive summary format. c. Provides a projection of key events and required level-of-effort required projections for the next month. In these projections, the contractor shall identify actions recommended for the Government to support future activities (e.g. phone calls, meeting attendance, briefings etc.) d. The contractor shall provide an attachment of the key points of contact made in support of this effort. POC listing shall include name, organization address, phone, fax, email and reason for the contact. This listing shall be a ?living document" kept current and resubmitted monthly. 4.3 Working Documents: The contractor shall maintain an electronic working file of all contractor prepared material for each event that includes all planning documents and final event documentation and deliver the file to Task Manager no later than 15 days after key events. (DI-MGMT-81453) 4.4 Congressional Newsletter: The contractor shall establish and provide a copy of a bi-monthly congressional newsletter to PEO STRI. 5. Facilities and Equipment: The government will provide any command unique software currently required in the execution of the above tasks. Work will be accomplished at both government and contractor facilities. The government will provide facilities and equipment commensurate for effort to be accomplished in government facility. 6. Travel: Temporary Duty (TDY) will be performed as required by the tasking, pre-approved and authorized by the COR and IAW Joint Federal Travel Regulations (JTRs). 7. Other: The Government expects phone calls and/or emails between the Government and the Contractor in the course of informal Technical Interchange Meetings(s) (TIM). 8. Transition Plan All offerors shall submit a transition plan covering 12 months from date of award with four option years when the contractor shall become fully responsible for all effort set forth in the Statement of Work. This plan should detail how the offeror will prepare his company to become fully responsible. This plan shall not include cost data; associated cost data shall be included in the Price proposal, however, it shall be marked specifically as "Transition Plan Costs" and segregated from the other portions of the Price proposal. As a part of the plan, the offeror must address program transition from the present contractor to allow for continuity of program support. The transition plan shall include a management plan, schedules, and milestones, and shall identify any technical or management issues requiring resolution. The contractor shall characterize the team by the total number of personnel that comprises the core team, by identifying the labor category of each core team member, and providing the associated costs with this transition plan. The transition plan shall be developed to have minimal schedule/technical support impact. CLIN 0001 Congressional Communication Activities Labor (Base Year) FFP (Firm Fixed Price) CLIN 0002 Congressional Communication Activities ODCs (Other Direct Costs) (Base Year) T&M CLIN 0003 Congressional Communication Activities Travel (Base Year) T&M CLIN 0004 Congressional Communication Activities Labor (Option Year 1) FFP (Firm Fixed Price) CLIN 0005 Congressional Communication Activities ODCs (Other Direct Costs) (Option Year 1) T&M CLIN 0006 Congressional Communication Activities Travel (Option Year 1) T&M CLIN 0007 Congressional Communication Activities Labor (Option Year 2) FFP (Firm Fixed Price) CLIN 0008 Congressional Communication Activities ODCs (Other Direct Costs) (Option Year 2) T&M CLIN 0009 Congressional Communication Activities Travel (Option Year 2) T&M CLIN 0010 Congressional Communication Activities Labor (Option Year 3) FFP (Firm Fixed Price) CLIN 0011 Congressional Communication Activities ODCs (Other Direct Costs) (Option Year 3) T&M CLIN 0012 Congressional Communication Activities Travel (Option Year 3) T&M CLIN 0013 Congressional Communication Activities Labor (Option Year 4) FFP (Firm Fixed Price) CLIN 0014 Congressional Communication Activities ODCs (Other Direct Costs) (Option Year 4) T&M CLIN 0015 Congressional Communication Activities Travel (Option Year 4) T&M Period of Performance: Performance period shall be 12 months from date of award with four option years. The following listed clauses may be downloaded from the following website: http://farsite.hill.af.mil. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 252.212-7001, 52.217-8, 52.217-9, 52.219-3, 52.219-4, 52.232-35, 52.246-1, 252.247-7023 Alt III, 5252.247-9514. The following evaluation criteria shall be used as addenda to FAR 52.212-2(a): Management/Personnel, Past Performance and Price. 3.1 Order of Area Importance. The relative order of Area importance is as follows: a. Area A ? Management/Personnel and Area B - Past Performance are of equal importance. b. When Areas A and B are combined, they are more important than Area C. c. All factors and subfactors listed in Area A are of equal importance. Performance Evaluation Ratings/Definitions 1. INTRODUCTION. This sheet supports the evaluation of proposals. 2. PERFORMANCE EVALUATION RATINGS (AREA A): Performance Evaluation Ratings Outstanding Proposed corporate, key personnel, and other skill classification knowledge, experience and required qualifications significantly exceed requirements in a way that benefits the Government or meets requirements and contains at least one exceptional enhancing aspect, which benefits the Government. Any weakness is minor. Highly Satisfactory Proposed corporate, key personnel, and other skill classification knowledge experience and required qualifications exceed requirements in a way that benefits the Government or meets requirements and contains enhancing features, which benefit the Government. Any weakness is minor. Satisfactory Proposed corporate, key personnel, and other skill classification knowledge experience and required qualifications meet requirements. Any weaknesses are acceptable to the Government. Marginal Proposed corporate, key personnel, and other skill classification knowledge experience and required qualifications contain weaknesses or minor deficiencies, which could have some impact if accepted. Unsatisfactory Proposed corporate, key personnel, and other skill classification knowledge experience and required qualifications do not comply substantially with requirements. 3. RISK EVALUATION RATINGS (AREA A): Risk Evaluation Ratings Low Has little or no potential to cause disruption of support, schedule, increase in price, or degradation of performance. Normal contractor effort will probably overcome difficulties. Moderate Can potentially cause some disruption of support, schedule, increase in price, or degradation of performance. However, special contractor emphasis will probably be able to overcome difficulties. High Likely to cause significant serious disruption of support, schedule, increase in price, or degradation of performance, even with special contractor emphasis. 3. PAST PERFORMANCE RATINGS (AREA B): Past Performance Risk Evaluation Ratings Very Low Based on the offeror?s performance and systemic improvement record, essentially no doubt exists that the offeror will successfully perform the required effort. Low Based on the offeror?s performance and systemic improvement record, little doubt exists that the offeror will successfully perform the required effort. Moderate Based on the offeror?s performance and systemic improvement record, some doubt exists that the offeror will successfully perform the required effort. High Based on the offeror?s performance and systemic improvement record, substantial doubt exists that the offeror will successfully perform the required effort. Very High Based on the offeror?s performance and systemic improvement record, extreme doubt exists that the offeror will successfully perform the required effort. Unknown No performance record identifiable. EVALUATION AREAS/FACTORS AREAS, FACTORS, SUBFACTORS Area A: Management/Personnel Factor 1: Contractor Corporate Experience Subfactor a: Instructions to Offerors ? Provide a clear and concise (no more than one page) statement of the offeror?s corporate knowledge and experience with Capitol Hill, to include addressing any superior understanding of the congressional budgeting process, public affairs/liaison relations, and legislation impacting PEO STRI?s mission. Standard - The offeror provided, in no more than one page, a clear statement of the corporate knowledge and experience with Capitol Hill, to include addressing any superior understanding of the congressional budgeting process, public affairs/liaison relations, and legislation impacting PEO STRI?s mission. Subfactor b: Instructions to Offerors ? Provide brief (no more than two pages each) resumes and/or professional histories for the offeror?s key personnel proposed in support of this contract, indicating knowledge and experience with Capitol Hill, to include addressing any superior understanding of the congressional budgeting process, public affairs/liaison relations, and legislation impacting PEO STRI?s mission. Standard - The offeror provided, in no more than two pages each, resumes and/or professional histories for the offeror?s key personnel proposed in support of this contract, indicating knowledge and experience with Capitol Hill, to include addressing any superior understanding of the congressional budgeting process, public affairs/liaison relations, and legislation impacting PEO STRI?s mission. Subfactor c: Instructions to Offerors ? Provide clear and concise (no more than two pages each) job descriptions and qualifications requirements for each skill classification to be assigned by the offeror to this contract. Annotate any skills and requirements to briefly indicate why they are necessary in order to provide superior support under this contract. Standard - The offeror provided, in no more than two pages each, job descriptions and qualifications requirements for each skill classification to be assigned by the offeror to this contract, which were annotated for any skills and requirements to briefly indicate why they are necessary in order to provide superior support under this contract. Factor 2: Management and Execution Plan Subfactor a: Instructions to Offerors - Provide a Management Plan that provides a clear, concise outline of the offeror's processes and procedures for meeting the SOW requirements Standard ? The offeror provided a plan that describes appropriate management processes to successfully fulfill the requirements stated in the SOW. Subfactor b: Instructions to Offerors ? Provide a matrix of all labor categories and total hours corresponding to each requirement identified in the SOW on an annual basis. Standard ? The offeror provided an acceptable labor mix and appropriate number of hours to accomplish each requirement identified in the SOW. Area B: Past Performance - The Government will conduct a performance risk assessment based upon the quality of the offeror?s present and past performance as it relates to the probability of successful accomplishment of the required effort. When assessing performance risk, the Government will focus on the relevant past performance of the offeror as it relates to the specific factors of evaluation of the solicitation requirements. The Government reserves the right to evaluate Past Performance data not submitted by the offeror. The Government will evaluate all identified or otherwise known projects that the offeror has lead in the last 3 years (NOTE: An offeror without a record of relevant past performance will receive a neutral past performance rating). Instructions to Offerors ? Describe no more than three (total) instances of recent (within the last 3 years) and relevant past performance of similar scope and complexity. Provide the Contract/Delivery Order/Task Order number, a contractual and program management POC (name, phone number, and email), and a description of the effort for each past performance reference. Past performance information will be considered on ?team? basis (i.e. collective experience of the team is the focal point, not just the past performance of the Prime). Standard ? The offeror demonstrates relevant, recent, and successful experience. Any information found in CPARS/PPIRS database or data made available through other means reflects positive past performance. Area C: Price ? The Government will evaluate the offeror?s proposed price for reasonableness and determine if unbalanced pricing exists. Once price has been evaluated, a cost-benefit analysis will be performed to determine best overall value to the Government. Instructions to Offerors ? Provide a completed proposal to include prices for all line items. All rates should be provided in a table format showing labor categories and rates by base and each option year. Standard ? The offeror has provided both reasonable overall FFP prices and it is determined that unbalanced pricing does not exist. . For Past Performance Evaluation Criteria, see the provision at 52.212-1, (b) (10). The following subparagraphs of FAR 52.212-5(b) apply: (1), (5)(i), (7), (9), (15), (16), (17), (18), (19), (29). The following subparagraphs of FAR 52.212-5(c) apply none. The following clauses of DFARS 52.212-7001(b) and (c) apply: 252.219-7003, 252.225-7007, 252.227-7037, 252.243-7002,252.247-7023 A completed copy of the following must be included with each quote: FAR 52.212-3, DFARS 252.212-7000. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration,? FAR 52.227-19 ?Commercial Computer Software -- Restricted Rights? The DPAS rating for this solicitation is N/A. Quotes are due at 3:00 PM EST on 16 November 2005 and may be made by FAX to (407) 384-3528 (Attn: Oz Randall) or to the address above. The anticipated award date for this acquisition is 30 November 2005. NOTE: All proposals submitted for this synopsis shall not exceed 25 pages. For information regarding this solicitation, contact Oz Randall at (407) 380-4408. Point of Contact Oz Randall, Contract Specialist, Phone 407-380-4408, Fax 407-384-3528, Email oz.randall@peostri.army.mil, and Melissa Cossentino, PCO, Phone 407-380-4191, Fax 407-384-3528, Email: Melissa.Cossentino@peostri.army.mil
- Place of Performance
- Address: Washington, D. C.
- Country: USA
- Country: USA
- Record
- SN00926010-W 20051105/051103212245 (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 |