Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2011 FBO #3423
MODIFICATION

D -- Information Technology Information Management (IT/IM) Services at the George C. Marshall Center - Task Order 0002 PWS Exhibit A - IDIQ PWS - IDIQ Exhibit A Labor Category Pricing, Descriptions - ITIM Questions and Responses - Task Order 0001 PWS Exhibit A

Notice Date
4/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, George C. Marshall Center, Gernackerstrasse 2, Geb 112, Garmisch, 82467
 
ZIP Code
82467
 
Solicitation Number
HQ0236-11-T-0006
 
Archive Date
5/11/2011
 
Point of Contact
Benjamin N. Hardy, Phone: +49 (0) 8821-750-2326, Peter F. Sizemore, Phone: +49 (0) 08821-750-2726
 
E-Mail Address
benjamin.n.hardy@eur.army.mil, peter.f.sizemore@marshallcenter.org
(benjamin.n.hardy@eur.army.mil, peter.f.sizemore@marshallcenter.org)
 
Small Business Set-Aside
N/A
 
Description
Task Order 0001 PWS Exhibit A ITIM Questions and Responses IDIQ Exhibit A Labor Category Pricing, Descriptions IDIQ PWS Task Order 0002 PWS Exhibit A This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The Defense Security Cooperation Agency is issuing solicitation number HQ0236-11-T-0006 as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-33. The Period of Performance for this requirement is 01 JUN 2011 through 31 MAY 2012 for the base period plus four one-year option periods encompassing the four year period from 01 JUN 2012 through 31 MAY 2016. The Government intends to evaluate quotes and award a purchase order without discussions with quoters (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. This requirement is being solicited using FAR 13.5, Test Program for Certain Commercial Items/Services. The purpose of this test program is to vest Contracting Officers with additional procedural discretion and flexibility, so that commercial item acquisitions greater than the simplified acquisition threshold but not exceeding $6.5 million may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry. As such, the Contracting Officer will perform an initial price reasonableness screening of all quotes. If a quoted price is so high or so low or otherwise so dificient that the Contracting Officer determines the firm has no reasonable chance of award, the Government reserves the right to conduct no further evaluation of the quote. BACKGROUND: The George C. Marshall European Center for Security Studies (GMCM) is an international educational institution funded by the United States Department of Defense and the German Ministry of Defense. Its mission is to create a more stable security environment by advancing democratic defense institutions and relationships; promoting active, peaceful engagement; and enhancing enduring partnerships between the nations of America, Europe and Eurasia. The GCMC maintains an Unclassified computer network. This network is independent and serves the Marshall Center Staff and students during their resident courses, respectively. This network requires a 99% guaranteed perational readiness rate. The contractor shall provide comprehensive IT/IM services to develop, integrate, implement and operate a full range of GCMC computer hardware, software, and associated network and communications in support of the GCMC mission. The full scope of this effort is detailed in Part B, Performance Work Statement (PWS). The resulting contract shall be flexible and easily customized at the Task Order level to construct solutions and applicable CLIN structures suitable for all current GCMC IT & IM support services requirements as well as those that may evolve and/or emerge during the life of the contract. The primary metrics used to measure mission performance are on-site inspections and customer feedback. PART A - PRICE SCHEDULE Please see the attachments labeled "IDIQ CLIN STRUCTURE", "IDIQ Exhibit A, Labor Category Pricing, Description", "Task Order 0001 PWS Exhibit A" and "Task Order 0002 PWS Exhibit A". PART B - PERFORMANCE WORK STATEMENT: Please see the attachments labeled "IDIQ PERFORMANCE WORK STATEMENT (PWS)", "Task Order 0001 PWS Exhibit A" and "Task Order 0002 PWS Exhibit A". Part C - Instructions to Quoters: All responsible sources that can meet the requirements identified in the PWS may respond to this RFQ by submitting price and technical quotes. A response to the evaluation factors identified below shall clearly identify the quoter submitting the quote. Award will be made to the responsible quoter determined to be the Best Value to the Government in accordance with the evaluation factors indentified below: The evaluation factors are: Factor 1 - Experience Factor 2 - Management/Execution Plan Factor 3 - Past Performance Factor 4 - Price (all quotes shall be submitted and will be evaluated in U.S. $) Factor 1- Experience and Factor 2- Management Execution Plan are of equal importance and are more important than Factor 3- Past Performance. Factors 1, 2, and 3, when combined, are significantly more important than price. Evaluation may be made with or without seeking additional information from quoter(s). The response shall address all evaluation factors. Quoters are encouraged to limit Technical submissions to no more than ten pages. Quoters are cautioned that no reference to the quoted prices/cost shall be made in the technical submission. PART D - SUBMISSION REQUIREMENTS: The technical submission shall address each technical factor: Factor 1 - Experience: Submission Requirements : Quoters shall submit documentation to demonstrate their (and their major subcontractors' if applicable) experience relevant to the scope of the entire contract as detailed in the PWS. Quoters shall include experience and knowledge of the IT/IM functions as outlined in the PWS. If the quoter intends to use a major subcontractor, the quoter shall describe the services to be performed by the subcontractor under this contract. A "major subcontractor" is defined as any subcontractor that performs 50% or more of a task performed under this contract. Quoters shall submit a total of three (3) most recent, relevant projects for each contractor and major subcontractor. If the quoter submits more than three relevant projects for each contractor and major subcontractor, the Government shall evaluate the first three for each contractor and major subcontractor and disregard any other project information received thereafter. Relevant experience may include work with Federal, State and Local Governments as well as commercial customers. Submitted information shall not include projects performed outside of five (5) years preceding the closing date of the RFQ. F or each project identified, the contractor shall submit the following information: •1) Contract Number •2) Contract title and general scope of the contract •3) Contract agency or organization to include two reference names, title, telephone and email •4) Contract award date and period of performance •5) Actual value at time of award (total and per year) •6) Final or current contract value including all modifications and exercised options with an explanation of cost growth (if any) •7) Type of contract (e.g. Cost Plus Award Fee, Firm Fixed Price, etc.) •8) Prime contractor's name and functions performed under this contract •9) Identify the portion of the total contract dollar value (per year) self-performed by your firm •10) Describe in detail the services performed by your firm and clearly describe the relevance of this project to this RFQ Factor 2 - Management/Execution Plan: Submission Requirements : The quoter shall submit a detailed narrative Management/Execution Plan describing how the quoter intends to provide overall effective management of the contract and technical approach. The narrative plan shall address the following: •1) Quoter's plan to fulfill contract requirements, to include manpower/staffing plan, quality control processes and management of Government property and resources, as well as other logistical needs; •2) Quoter's plan to provide appropriate supervision over on-site personnel; •3) Quoter's management and organizational structure in the form of a chart and accompanying narrative. The chart and narrative shall effectively convey the quoter's organizational and site level structure, decision making authority, and specifically identify those individuals authorized to negotiate and sign contract awards and modifications and perform quality control functions. The organizational chart shall also depict the lines of authority and responsibilities for team members quoted for Task Orders 0001, 0002, and any other disciplines identified with this requirement; •4) Quoter's plan to resolve unforeseen circumstances that threaten mission performance, to include unanticipated absences and back-up plan to ensure no lapse of daily services. The plan shall address the overall contract and specifically Task Orders 0001 and 0002 personnel; and •5) Concise summary of the knowledge, (to include English/Russian language requirements), experience and any certifications held by individuals the Quoter intends to field for performance of Task Orders 0001 and 0002. Include dates, duties and description of this experience as well as back-up capability for these individuals. Factor 3 - Past Performance : Submission Requirements: At a minimum, the information submitted under Factor 1, Experience, shall be used to evaluate the quoter's and major subcontractor(s)' Past Performance. Each reference shall complete and return the Past Performance Questionnaire (Please see the attachment labeled "Past Performance Questionnaire" included in this RFQ) by the closing date of the solicitation. The Government reserves the right to obtain the information to be used in the Past Performance evaluation from any and all sources including those outside the Government. Factor 4 - Price : Submission Requirements: The quoter shall provide firm fixed unit and total prices for all items listed in "IDIQ Exhibit A Labor Category Pricing, Description", "Task Order 0001 PWS Exhibit A" and "Task Order 0002 Exhibit A". All prices shall be quoted in U.S. dollars. PART E - EVALUATION METHODOLOGY. Factor 1 - Experience : The Government will evaluate the depth, recency, and relevancy of the quoter's (and major subcontractor's) experience submitted under Factor 1 as compared to the services required by this solicitation to be performed by the quoter and major subcontractor(s) under this contract. Relevant experience includes contracts operating in similar working environments and contracts involving services that are considered to be similar in scope, magnitude, and complexity when compared to the requirements described in the PWS. Factor 2 - Management/Execution Plan : The Government will evaluate the extent to which the submitted management/execution plan demonstrates the quoter's and major subcontractor's commitment and capability to provide overall effective management of the contract including manpower/staffing, quality control, resource management, supervision, and management structure efficiency. The Government will evaluate the quoter's and major subcontractor's demonstrated capability to resolve unforeseen circumstances that threaten mission performance. The Government will evaluate the depth, recency and relevancy of the quoter's personnel knowledge, experience and qualifications performing functions similar in size and complexity to those requirements described in the PWS. Factor 3 - Past Performance : The Government will evaluate the recency, relevancy, source of the information, context of the data, and general trends in the quoter's and major subcontractor(s)' past performance. Relevant contracts are contracts operating in similar working environments and contracts involving services that are considered to be similar in scope, magnitude and complexity when compared to the requirements described in the solicitation. The evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the quoter's past performance shall be used to evaluate how well the quoter and major subcontractor(s) have performed similar services in the past. Quoters and major subcontractor(s) lacking relevant past performance information will not be evaluated favorably or unfavorably for past performance. To assess performance risk the Government may use both past performance data provided by the quoters (e.g., official performance reviews/appraisals, letters of recommendation, completed past performance questionnaires) and data obtained independently. Factor 4 - Price : All prices quoted in the "IDIQ Exhibit A, Labor Category Pricing, Description", "Task Order 0001 PWS Exhibit A" and "Task Order 0002 PWS Exhibit A", will be evaluated for reasonableness. The Government will evaluate quotes for award purposes by adding the total price for all options and Task Orders 0001 and 0002 as well as the labor rates and all options quoted in "IDIQ Exhibit A, Labor Categor Pricing, Descriptions" to the contract. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Examples include, but are not limited to (i) comparison of proposed prices received in response to the solicitation; (ii) comparison of the proposed prices to historical prices paid, whether by the Government or other than the Government, for the same or similar services; (iii) comparison with competitive published price, (iv) comparison of proposed prices with independent Government cost estimates.; and (v) comparison of proposed prices with prices obtained through market research for the same or similar items. PART F - APPLICABLE CLAUSES AND PROVISIONS. Please see the attachment labeled "APPLICABLE CLAUSES AND PROVISIONS". PART G - OPTIONS. Deleted via Amendment 01. Options are addressed are in the attachment "Applicable Clauses and Provisions". PART H - Quality Assurance Surveillance Plan (QASP). Please see the attachment labeled "QASP". PART I - POINT OF CONTACT. Submit all price and technical quotes to Ben Hardy, Contract Specialist, George C. Marshall Center, Unit 24502, GCMC-DBO-CON, APO AE 09053. E-mail: benjamin.n.hardy@eur.army.mil. Please courtesy copy Mr. Peter Sizemore at peter.f.sizemore@marshallcenter.org. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-04-06 10:55:21">Apr 06, 2011 10:55 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-04-07 11:41:20">Apr 07, 2011 11:41 am Track Changes Amendment 02: The following changes are incorporated into the Combined Synopsis/Solicitation: 1) The closing date is extended to 1800 hrs EST, Tuesday, 26 APR 2011. 2) All other terms and conditions remain the same. Amendment 03: The following changes are hereby incorporated into the Combined Synopsis/Solicitation: 1) The attachment "Task Order 0001 PWS, Exhibit A" has been updated to remove Webmaster Services and make the following changes: a) Establish response times in Para 4.3.1. b) Establish intent in Para 4.3.1.3. c) Establish response times in Para 4.3.2. 2) The attachment "Task Order 0002 PWS, Exhibit A" has been added by this Amendment to incorporate Webmaster Services and establish minimum certifications in Para 5.3. 3) The attachment "IDIQ Exhibit A Labor Category Pricing, Descriptions" has been updated to remove Microsoft Training Course Development labor pricing as well as its description. 4) The attachment "IDIQ PWS" has been updated to make the following changes: a) Define English/Russian language proficiency in Para 3.1.1.2. b) Reference Commercial Off The Shelf (COTS) products/services and clarify class sizes in Para 3.1.4. c) Define "emergent needs" in Para 5.1. d) Clarify Minimum DODI 8570 Security Certification Requirements and Minimum DODI 8570 Computing Environment Certification Requirements in Para 5.4. 5) The attachment "ITIM Questions and Reponses" has been added to publish all questions received from interested parties with the associated GCMC response. 6) The Combined Synopsis/Solicitation description has been updated as follows: a) Reference Task Order 0002 in parts A, B, D, and E. b) Reference English/Russian lanaguage in Part D, Factor 2, Para 5. 7) All other terms and conditions remain the same.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/GCMC/HQ0236-11-T-0006/listing.html)
 
Place of Performance
Address: George C. Marshall Center, Information Management Branch, Gernackerstrasse 2, Garmisch-Partenkirchen, GERMANY, Germany
 
Record
SN02419792-W 20110409/110407234827-6c594c75341123cde8fd9300fe241d33 (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.