Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

R -- STRATCOM Cyberspace and Strategic Deterrence Forums

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3HSR10172A001
 
Archive Date
7/30/2010
 
Point of Contact
Susianne Patterson, Phone: 402-294-3083, Cheryl L Haun, Phone: 402-294-7304
 
E-Mail Address
susianne.patterson@offutt.af.mil, cheryl.haun@offutt.af.mil
(susianne.patterson@offutt.af.mil, cheryl.haun@offutt.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 consistutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number F3HSR10172A001 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. This requirement is for competitive Service Disabled Veteran Owned Business. The applicable NAICS code is 541618; the NAICS size standard is $7.0M. The following is a compilation of tasks required to complete the USSTRATCOM required support to assist in conducting unique forums which break the established DoD paradigm for continuing education and training in the areas of Cyberspace and Strategic Deterrence. To accomplish this, the contractor shall review appropriate industry and Government solutions; at a minimum, review the following: USSTRATCOM Human Capital Plan; The Training Transformation Strategic Plan; and the Joint Training System a Primer for Sleaders. Additionally, the contractor shall review appropriate OSD, CJCS, and USSTRATCOM training and development planning guidance and directives provided by the Government. The contractor shall assist in developing curriculum, mode of delivery, and execute forums providing Command members an opportunity to improve readiness in Cyberspace and Strategic Deterrence. Place of Performance: The majority of work shall be performed at the contractor's facility; however, a portion will be at USSTRATCOM, Building 500, Offutt AFB, NE, with security level validation for Top Secret/SCI (TS/SCI). Period of Performance: Contract award through 30 Sept 2011. Tasks: The contractor shall support the Government with professional services to include: Assist and coordinate the Cyberspace and Strategic Deterrence development programs. Assist and coordinate Headquarters (HQ) cross directorate (J2, J3, J5, J8, and GISC) and appropriate Component involvement in developing these programs. Assist in conducting research as needed to support these programs. Assist in determining and identifying expertise for the development of specific portions of Cyberspace and Strategic Deterrence with private sector and academia. Assist in organizing and supporting development of meetings as necessary or requested. Assist in determining and inviting participants from academia and private sector Assist in performing administrative functions associated with the logistics of the meeting (develop agenda, take minutes, report back) Collect input from participants Collate and integrate inputs Report to the Government all meeting results and the meeting minutes USSTRATCOM Project Management: The contractor shall include a project plan, task milestones, and a listing of technical deliverables with their quote. Meeting Support: The contractor shall attend relevant Government meetings as required in support of analyzing and planning for the Government. Technical Consultation: The contractor's role includes consulting and assisting advocacy, socialization, coordination, and production efforts for Cyberspace and Strategic Deterrence development products administered by USSTRATCOM. Contractors shall file all documents IAW the Government's file plan on at least a weekly basis (ensure files do not remain solely on email or personal shared drive) Contractors must ensure other personnel can readily find specified documents without a transition period. GENERAL INFORMATION Personnel Qualifications. The contractor shall provide personnel with the necessary training, qualifications, and clearances to accomplish all requirements identified in this PWS. Resumes may be submitted for validation of key personnel skill sets. In the event of contractor turnover of employees, resumes shall be submitted through the Contracting Officer for verification of key personnel skill sets. (List any further personnel qualification below). Travel: The contractor will be required to attend meetings, briefings, or perform other related travel. Travel will be performed as required, only after approval and authorization. All travel will be performed on a cost reimbursable basis. The contractor shall be responsible for making arrangements for all airfare, car rental, lodging, and subsistence required. Additionally, the contractor will develop a method to maintain an accurate accounting of remaining travel funds. Travel shall be reimbursed using the current volume of the Joint Travel Regulations (JTR). Security: The Contracting Officer intends to issue task orders whose scope of effort will be in support of classified programs. Individuals performing work under resultant task orders must be a United States citizen and comply with applicable program security requirements. (List security requirements as defined on your DD254) Contractor personnel shall possess a Top Secret security clearance at time of task order award, and must be eligible for Sensitive Compartmented Information (TS/SCI) access. Core Working Hours: The Task Order Manager and QAP determine core working hours. If contractors are required to work extended hours, contractors are expected to adjust their hours before and after these extended hour periods to stay within the proposed total number of hours identified for current period of performance. If the QAP does authorize the contractor to work at an off-site location, this location shall be an approved corporate facility in which the supervisor/team lead shall be present to ensure all work being accomplished is directly attributable to their task order. In addition, the QAP must submit, in writing, authorization for the contractor to work at their corporate off-site location to the Contracting Officer prior to the need. Deliverables: The deliverables specified herein shall be produced in hard and soft copy using media compatible with Government software applications. The contractor shall use its own format, but the format is ultimately subject to the approval of the Government. Progress Report/Program Progress Report and Quarterly Management Review. Contractor shall prepare quarterly briefing on program status (Program Management Review - PMR). This briefing will include a limited review of the major points from the written report. A002 - Conference Minutes/Meeting Minutes and Trip Reports. These reports are required to document the results of trips, studies, and analyses as requested by the Government. Contractor shall present a trip report to the Government within five (5) working days after completion of travel. A003 - Service Engineering Reports/Technical Reports. Studies, technical reports and information papers are required to document the results of studies and analyses as required by the Government. Supporting documents include Commander-level documents, training plans, implementation plans, tactics, techniques, and procedures, processes, and schedules. A004 - Standard Change Form. (Self explanatory) A005 - Presentation Material/Briefing Material. Copies of presentation material shall be provided for Government approval at least five (5) working days before distribution or presentation, unless otherwise specified. Copies will be given for review in at least soft copy format and readable through Command standard format(s). A009 - Funds and Man-Hours Expenditure Report. A monthly status report is required to document activities accomplished, agreements reached, and resources (man-hours and funds) utilized. Submit a quarterly progress report that summarizes the results of all work performed, the type and amount of effort (man-hours), expenses incurred, deliverables completed, work in progress, percentage of annual effort expended by effort, problems encountered, recommended solutions and work planned during the next reporting period. Quality Control: The contractor shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices. At a minimum, the contractor shall develop quality control procedures that address the areas identified in section 3, Services Summary. The contractor's quality control plan shall be submitted to the Contracting Officers and QAP within 30 days of contract award. Quality Assurance: The Government will evaluate the contractor's performance by appointing a Quality Assurance Personnel (QAP), to monitor performance to ensure services are received. The QAP will evaluate the contractor's performance through intermittent inspections of the contractor's quality control program and receipt of complaints from base personnel. SERVICES SUMMARY PERFORMANCE OBJECTIVE: Develops and submits all required deliverables. PWS: 1.5 Performance Measure: No more than one late deliverable for the period of performance. No more than one set of corrections/edits for accuracy or agreed to format; all corrections must be accomplished within five working days. WORKING SPACE/MATERIAL/EQUIPMENT The Government will provide access to relevant Government organizations, information, documentation, manuals, text briefs, and associated materials as required and available. The Government will provide access to facilities, office space, supplies and services, to include workstations, computers and phones. Access will be granted to classified and unclassified military local area network (LAN) services, LAN support, telephones, and reproduction facilities. If the contractor determines additional equipment is required, the contractor shall notify the Government, in writing, of the applicable information/equipment required to accomplish the requirements. Lowest Price Technically Acceptable EVALUATION FACTORS IAW FAR 52.212-2. 1.1 This section defines the evaluation criteria, which will be used to evaluate the offerors' quote submitted for this request for quote. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The objective of this evaluation is to determine which quote provides the best value to the Government for the services solicited. These services shall conform to the requirements of the purchase order Performance Work Statement (PWS). The Government will evaluate offerors' quotes using two evaluation factors: Price and Mission Capability (Technical, Personnel, and Risk ratings). The Government reserves the right to award without discussions. 1.2 Sub-factors under Mission Capability are equal in importance (see 2.1.) and collectively are significantly more important than Price. Price-Trade-Offs permit tradeoffs between price and the Mission Capability. Offerors' quotes exceeding the minimum requirements generally provide added value to the Government. The Government determines, in accordance with the evaluation criteria, whether exceeding the minimum requirements at an associated price provides the best overall affordable benefit to the Government. 1.3 Mission Capability will be assessed in two ways: the Mission Capability Technical Ratings and the Mission Capability Risk Ratings per AFFARS 5315.305 and Mandatory Procedure 5315-3. EVALUATION FACTOR: MISSION CAPABILITY 2.1 Mission Capability Technical Assessment. The mission capability technical rating is a pass - fail rating for the offeror's capability to satisfy the Government's requirements. Mission capability technical ratings will be evaluated as follows: MISSION CAPABILITY TECHNICAL RATINGS Rating Description Pass: Meets specified minimum performance or capability requirements. Fail: Fails to meet specified minimum performance or capability requirements. The quote has one or more deficiencies and is not awardable. The Government may decide to award without discussions (reference 1.1). When combined, Personnel & Technical requirements are significantly more important than Price. SUB-FACTOR A: Personnel Requirements Offerors shall provide personnel who clearly demonstrate knowledge and expertise to perform the tasks listed in the PWS, with emphasis on the following (listed in descending order of importance under each job description): A1 Team Lead (Must meet all requirements, A1.1 - A1.3.) A1.1 Possess extensive expertise (minimum 5 years experience) working with academia, and more importantly the private sector (PWS 1.5) A1.2 Possess extensive expertise in working with Government leaders, industry chairpersons, CEOs, academic leaders, and senior global political leaders (PWS 1.5) A1.3 Possess extensive expertise as a professor or guest professor/lecturer for academic institutions (PWS 1.5) A2 Administrative support staff (approximately 2 FTEs) (each must meet all requirements, A.2.1-A2.2) A2.1 Possess expertise (minimum 2 years experience) in event-planning to include: the preparation, development, execution, and post event activities, such as publishing transcripts. (PWS 1.5) A2.2 Possess expertise (minimum 2 years experience) in protocol functions, to include: scheduling senior leaders in Government, industry, and academia; making travel arrangements; working clearance and visit requests; publishing agenda; and conducting forums. (PWS 1.5) A6 Security A6.1 The Contracting Officer intends to issue task orders whose scope of effort will be in support of classified programs. Individuals performing work under resultant task orders must be a United States citizen and comply with applicable program security requirements. (PWS 2.3) A6.2 Contractor personnel shall possess a Top Secret security clearance at time of task order award, and must be eligible for Sensitive Compartmented Information (TS/SCI) and Nuclear Command and Control/Extremely Sensitive Information (TS/NC2/ESI) accesses. (PWS 2.3.1) EVALUATION FACTOR: PRICE 3.1 Price is a required evaluation area and will be assessed for reasonableness. 3.2 The price quote will be evaluated on a total life cycle cost basis (including base and all option and expansion task periods). The results of this evaluation will be considered in performing an assessment of the quote, leading to selection of the Best Value Offer. Privacy Act: The provisions of the Privacy Act of 1974 protect all information included in this task. Therefore, all personnel assigned to this task shall take the proper precautions to protect the information from disclosure. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commerical items. The evaluation will be based on price and ability to meet requirements. The provision at FAR 52.212-3 Alt l, Offeror Representation and Certifications-Commercial Items. The offeror must include a completed copy of this provision with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial items; the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (includes 52.203-13, Contractor Code of Business Ethics and Conduct; 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; 52.219-8,Utilization of Small Business Concerns; 52.222-26, Equal Opportunity, 52.222-35; Equal Opporturnity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible; 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-39; Notification of Employee Rights Concerning Payment of Union Dues of Fees, 52.222-41; Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons, 52.222-51; Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, of Repair of Certain Equipment- Requirements; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements; 52.222-54, Employment Eligibility Verification; 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations; 52.247-64, Preference for Privately Owned U.S., - Flag Commercial Vessels). The clause at FAR 52.232-33, Payment by Electronic Funds. The clause at DFARS 252.204-7004, Required Central Contractor Registration, applies to this and all future acquisitions. A complete written quotation will be due and must be physically received by the 55th Contracting Squadron/LGCZ, 101 Washington Square, Bldg 40, Offutt AFB 68113-2107, NLT 1300 CST on 15 July 2010. Quotations may be submitted via email to susianne.patterson@offutt.af.mil or via FAX to (402) 294-0430. Please reference solicitation #F3HSR10172 on all correspondence. Please acknowledge all requirements on quotations. Please indicate FOB destination on quote. Requests respondents capable of performing this effort provide a breakout identifying Labor Category, Labor Rates, and hours required for the total proposed costs for this project. Please include company name, address telephone number, point of contact with e-mail address, business size, DUNS number, CCR registration number, Federal Cage code, general description of the company with proven ability to meet requirements in the draft statement of work or description of similar contracts. The description of contracts should include agency name, contract number, dollar magnitude, performance period, and points of contact with current telephone number. Quotes must be valid for 30 calendar days after close of solicitation. Any questions should be submitted to Susianne Patterson at (402) 294-3083.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3HSR10172A001/listing.html)
 
Place of Performance
Address: Offutt AFB, Bellevue, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN02195017-W 20100703/100702000027-33f56c58739564c366c0d22e783524b6 (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 |
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.