MODIFICATION
R -- Strategic plan and governance - FAR 52.219-14
- Notice Date
- 6/9/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
- ZIP Code
- 20032
- Solicitation Number
- FA7012-10-R-0015
- Archive Date
- 6/29/2010
- Point of Contact
- Andrew J Sawyer, Phone: 2024047771, Calvin Ishee, Phone: 2027677956
- E-Mail Address
-
andrew.sawyer@afncr.af.mil, ishee.calvin@afncr.af.mil
(andrew.sawyer@afncr.af.mil, ishee.calvin@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 52.219-14 Competitive Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) and the reference number is FA7012-10-R-0015. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. The North American Industry Classification System code is 541611 with a business size standard of $7.0 million. This requirement will be set aside 100% for small businesses. CONTRACT LINE ITEMS: CLIN 0001: Provide Strategic plan and governance to the 11th Wing/Navy Support Agency that supports the establishment of Joint Base Anacostia-Bolling IAW attached SOW. STATEMENT OF WORK: For Joint Base Anacostia - Bolling Strategy Alignment and Deployment (SA&D) Workshop 26 May 2010 1. DESCRIPTION OF SERVICES 1.1. Introduction. The 11th Wing, Bolling AFB, Washington D.C., has a requirement to establish a strategic plan and governance process to support the establishment of the Joint Base Anacostia - Bolling. 1.2. Objective: The objective is to provide the Air Force 11th Wing and the Navy Support Agency - Washington with a strategic plan that will: 1.2.1 Develop a Strategy Map to capture the strategic priorities which are critical for a seamless transition between the Air Force and Navy in establishing Joint Base Anacostia - Bolling. 1.2.2 Establish a strategy governance process to ensure the execution of the Strategy Map, to monitor implementation of strategic initiatives and action plans, and to promote focused accountability and clear organizational strategic alignment. 1.2.3 Build a workforce that understands its role and responsibilities in implementing the Strategy Map's strategic objectives and is ignited by irreversible momentum to create exceptional customer value around the unique mission of the Joint Base Anacostia-Bolling. 1.2.4 Implement a management process to mobilize fast and comprehensive strategic changes and to promote continuous operational improvements. 1.3. Scope. The contractor will provide qualified consultants in accordance with this PWS. The services include but are not limited to, facilitating and executing the following functional objectives in order to achieve the objectives listed in section 1.2. 1.4. Functional Objectives: 1.4.1 Gather and Review Strategic Background Information. To make the strategy development processes as productive as possible, it will be important to ensure current strategic priorities, goals, and objectives are identified and analyzed prior to developing the SA&D Workshop support documents. This preliminary review work will allow the strategy development and implementation processes to be centered on the Joint Base Anacostia - Bolling's current operational environment and critical success factors. 1.4.1.1 - Review Joint Base Anacostia - Bolling current strategic plan documents, related Air Force and Navy operational directives, and applicable Commander's briefings and discussion papers. 1.4.1.2 Prepare an interview guide to gain additional strategic input from leadership responsible for the joint basing initiative in regard to: • Strategic opportunities and organizational strengths. • Operational obstacles/risks and organizational weaknesses. • Operational expectations of primary customers and stakeholders who are impacted by the joint basing initiative. • Core internal operational services, processes, and activities to meet customers' and stakeholders' expectations. • Core infrastructure (i.e., people, computer systems, facilities) required to support internal joint basing needs and operational processes. 1.4.1.3 Conduct interviews with selected members of the Air Force and Navy leadership teams who have responsibility for or are being significantly impacted by the joint base initiative. This interview group may also include interviews with selected stakeholders. Each interview will address the points mentioned in task 1.4.1.2 to gain a good perspective of what should be the strategic priorities and objectives to successfully transition current Air Force and Navy Commands to Joint Base Anacostia - Bolling. 1.4.2 SA&D Orientation Briefing. A key factor which will impact the success of the Joint Base Anacostia - Bolling implementation is having a solid Air Force and Navy senior leadership commitment to the strategy development, governance, communication, and operational integration processes. Leadership not only needs to know its roles and responsibilities during the SA&D initiative, but must have a good understanding of the short- and long-term time and resource commitment that will be required of them and their support staff. Developing these understandings and commitments is the purpose of a senior leadership SA&D orientation briefing. In addition, this briefing will help to ensure the SA&D Workshop is supported and facilitated as effectively and efficiently as possible. 1.4.2.1 Develop SA&D orientation briefing agenda, logistics, and presentation material for Air Force 11th Wing and Navy Support Agency - Washington Commanders. 1.4.2.2 Facilitate a one hour SA&D orientation briefing for all senior leadership who will be participating in the SA&D Workshop. 1.4.2.3 Provide additional follow-up training for senior leadership and support staff who request additional background information to assist them in preparing for the SA&D Workshop. 1.4.3 Pre-Workshop Commanders' Briefing. Based on the organizational strategic background information gathered during the first two deliverables, a draft Strategy Map will be prepared. This draft Strategy Map and a draft workshop agenda will be reviewed with the Air Force and Navy Commanders one week prior to the start of the SA&D Workshop. 1.4.3.1 - Consolidate interview comments and draft Joint Base Anacostia - Bolling Strategy Map. 1.4.3.2 Prepare pre-workshop commanders' briefing support documents which will include a draft agenda for the SA&D Workshop. 1.4.3.3 Facilitate pre-workshop briefing for the Air Force and Navy Commanders and their appropriate support team. 1.4.3.4 Adjust draft Strategy Map and finalize workshop agenda based on input from pre-workshop briefing. 1.4.4 SA&D Three-Day Workshop. The purpose of the SA&D Workshop is to complete an understandable, enduring, executable Strategy Map, establish a strategy governance process, develop strategy communication plans, and review lessons learned in cascading and integrating the strategic plan throughout the Joint Base Anacostia - Bolling operations. This deliverable will establish the rigor required to have an effective and workable strategy management process based on a high level of leadership ownership and accountability and to identify key performance indicators to drive continuous process improvements. 1.4.4.1 Prepare SA&D Workshop supporting documents to support the prior approved draft Strategy Map and workshop agenda. 1.4.4.2 Facilitate an SA&D Workshop to achieve the following outcomes: • Complete Strategy Map which includes a mission statement, target customers and stakeholders, priority statements, end states, goals, objectives, metrics, and tasks. • Establish Strategy Performance Review governance process (frequency, scope, and outcomes) which includes guidelines in utilizing Objective Status Reports, Scorecard Report, and Metric Worksheets. • Review lessons learned in developing strategy cascading and communication throughout the Joint Base Anacostia - Bolling Command. • Identify Objective Champion's roles and responsibilities. • Approve way ahead action plans, assignments, and timelines to execute strategy management processes. 1.4.4.3 Finalize and distribute SA&D support documentation generated from SA&D three-day workshop within one week after the SA&D Workshop. 1.4.5 - Post-Workshop Follow-Up Support The purpose of this deliverable is to ensure all open action items from the SA&D Workshop are completed, Objective Champions are trained for their roles and responsibilities, communication plans are being implemented, and SA&D support teams are equipped. 1.4.5.1 Assist Objective Champions in achieving the intended results of their assigned strategic objectives and related initiatives/tasks. This includes preparation of Objective Status Reports and Metric Worksheets support documentation and guidance in how to brief results at the Strategy Performance Review briefings. 1.4.5.2 Assist SA&D support teams in assisting the Commander and Objective Champions in preparing for Strategy Performance Review briefings, preparation of Scorecard Reports, Objective Status Reports, and Metric Worksheets, and coordination of Strategy Performance Review briefing logistics. 1.4. 6 Strategy Performance Review Support. The purpose of this deliverable is to achieve strategy execution, drive operational change, promote continuous process improvement, and build internal momentum within the workforce to achieve breakthrough operational results. 1.4.6.1 Assist in the preparation, coordination, and facilitation of the Command's first Strategy Performance Review briefing to be scheduled no later than two months after the completion of the SA&D Workshop. 1.4.6.2 Assist in the preparation, coordination, and facilitation of the Command's second Strategy Performance Review briefing to be scheduled no later than four months after the completion of the SA&D Workshop. 1.4.6.3 - Prepare a report for the Commander and Objective Champions which evaluates the effectiveness of each Strategy Performance Review briefing and provides recommendations on how to improve future Strategy Performance Review briefings. 2. SERVICE SUMMARY: Performance Objective PWS Para Performance Threshold Gather and Review Strategic Background Information 1.4.1 Interview guide/interviews executes 100% of items listed at 1.4.1.1 and 1.4.1.2 SA&D Orientation Briefing 1.4.2 100% execution: Briefing,One hour Workshop and follow-up training Pre-Workshop Commander's Briefing 1.4.3 100% execution: Draft Strategy Map, draft work-shop agenda prepared/reviewed 1 week prior to facilitated pre-workshop briefing (based on information gathered from 1.4.1 and 1.4.2) SA&D Three-Day Workshop 1.4.4 Workshop based on outcome of 1.4.3: 100% execution of 1.4.4.2 Post-Workshop Follow-Up 1.4.5 100% completion of any SA&D workshop open item Strategy Performance Review Support 1.4.6 100% execution: First Strategy Performance review briefing executed NLT 2 months after completion of SA&D workshop ; Second review executed NLT 4 month after SA&D workshop & completion of report at 1.4.6.3 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: 3.1. The Government will provide a location on Bolling AFB, DC or Anacostia Naval Station, DC to hold all workshops. The location will have audiovisual capability. The anticipated audience for the workshops is approximately fifty (50) members. 4. General Information 4.1 The contractor shall provide their own transportation, lodging and meals. This will be a firm fixed-price contract. Costs incurred shall be in accordance with the Joint Travel Regulations. 4.2 The anticipated period of performance is July 2010-January 2011. The contactor's technical approach will be inclusive of July 2010- January 2011. The final dates for workshops and meetings must be coordinated and approved by a POC designated at time of award. 4.3 SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract shall abide by all security regulations on the installation. 4.3.1 Base Entry Passes. The contractor shall submit to the Contracting Officer a list of employees, along with their social security numbers and date of birth, who will work on base not later than five working days prior to start of work date. This will ensure base entrance passes for contractor employees and vehicle(s) entering Bolling AFB are processed in a timely manner. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD 1172, Application for Uniformed Services Identification Card. Vehicle registration, proof of insurance, and a valid driver's license must be presented for all vehicles to be registered. Any lost vehicle and entry pass/badges shall be reported immediately to Security Forces and the Contracting Officer. 4.3.2. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work shift, all government facilities, equipment, and materials shall be secured. The contractor shall retrieve all identification media, including vehicle passes, from employees who depart the company for any reason before the contract expires. INSPECTON AND ACCEPTANCE TERMS: Services shall be inspected and accepted by a Government Representative upon renderance of service. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition is as follows: 52.214-31(f) (1) Fax Number (202) 767-7887 (2) Sharp FO-DC600, 52.214-34, 52.214-35, 52.219-1, 52.225-18, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000, and 252.225-7000. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will select the best overall offer based on price and other factors considered. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the evaluation criteria's outlined at FAR 52.212-2 of the solicitation. The Government will evaluate proposals based on the following factors: Technical Approach and Price. Price is more important after technical approach is deemed acceptable when being evaluated. A decision on the technical acceptability of each offerors proposal shall be made. Only those offerors determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. A rating of unacceptable will render the entire proposal unacceptable. The Government will determine technical acceptability as described by the evaluation factors. The evaluation process shall proceed as follows: DESCRIPTION OF FACTORS and EVALUATION PROCEDURES: 1. Technical Approach The following technical evaluation factor will be evaluated and rated according to the chart listed below: Rating Definition Acceptable Acceptable - meets minimum mandatory requirements. Unacceptable Unacceptable - does not meet minimum mandatory requirements. (i) Description of Factor: The Government will evaluate the technical proposals based on an acceptable/unacceptable standard. Discussions may be held on technical proposals. Each technical proposal will be reviewed and a determination shall be made as to whether it is acceptable or unacceptable based on the evaluation criteria described herein. If a technical proposal is determined unacceptable, the offeror will be excluded from the competition and they will not progress to the next round of evaluations. This Standard is met when the contractor's technical proposal states how the contractor will proceed with executing the six functional objectives in order to achieve the main objectives stated in section 1.2.1-1.2.4 in the SOW. A proposed time line should be included as well as the resumes of key personnel. Resumes should reflect the level of effort stated in the SOW or a larger effort. 2. Price Factor (i) This factor will evaluate the proposed price to determine price analysis and reasonableness of the proposed total evaluated price. (ii) An offerors proposed price will be determined by multiplying the quantities identified in the Price Schedule by the proposed unit price for each contract line item number (CLIN) to confirm the extended amount for each CLIN. All responsible offers that conform to the solicitation requirements will be ranked according to price. (iii) Offerors are specifically advised that, under this evaluation method, the government may determine that an offer is unacceptable if the prices are unbalanced if they are significantly overstated or understated in relation to the actual cost of the work. This may be ground for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unrealistic proposal. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, overhead, and profit. (A) Price Reasonableness. Each proposal will be evaluated to determine whether the government considers the proposed price to be reasonable. The government will evaluate price reasonableness in relation to commercial or market price lists, or any other information used as a basis for comparison. (a) 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. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions- Commercial items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follows:52.204-7, 52.209-6,52.219-28,52.223-5, 52.223-6, 52.237-2, 52.252-2, http://farsite.hill.af.mil, 52.252-6: (b) DFARS (chapter 2), 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001: 252.232-7003, 252.232-7006, 252.246-7000 and 252.247-7023 Alt III, 252.225-7001, 252.225-7002, 252-232-7010, 252.243-7001 and 5352.242-9000: (c) Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring, MD, 20762, telephone # (301) 981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (DEVIATION) including the following sub-clauses, 52.219-6,52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3 and 52.233-4 apply to this acquisition. Notice to Offerors: To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. Contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil. All responses must be received by 4:00 P.M. Eastern Standard Time (EST) on Monday June 14, 2010. Only written responses will be considered. Proposals can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd., Suite 400 Bolling AFB, DC 20032-0101, or faxed to (202) 767-7887 or emailed to the contract specialist listed below. An official authorized to bind your company shall sign and date the Proposal. Questions concerning this solicitation should be addressed in writing to A1C Andrew J. Sawyer, not later than Thursday June 10th 2010, 12:00pm, andrew.sawyer@afncr.af.mil, phone (202) 404-7771 or A1C Cory Brown, Phone (202) 404-7953 FAX (202) 767-7887 or e-mailed to cory.brown@afncr.af.mil APPROVED BY: Sheila R. Miller Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/FA7012-10-R-0015/listing.html)
- Place of Performance
- Address: 20 Macdill Blvd Suite 400, Bolling afb, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN02172836-W 20100611/100609235308-a46988fa6f7c47a273990ca10ac89b7f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |