SOLICITATION NOTICE
R -- Commercial Services to provide JPEO-CBD with senior-level program, S&T, and integration support services for its assigned missions in support of the CBDP Portfolio.
- Notice Date
- 8/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-11-R-0066
- Response Due
- 9/2/2011
- Archive Date
- 11/1/2011
- Point of Contact
- Shawn Haubner, 508-233-6167
- E-Mail Address
-
ACC-APG SCRT - Natick (SPS)
(shawn.haubner@us.army.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 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. Please be advised: Responses must be submitted to Jennifer Lesco at Jennifer.Lesco@us.army.mil no later than 12:00 pm EST on 9/2/2011. Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NAICS codes are 541711, 541712. (i) INTRODUCTION The JPEO-CBD has a number of mission related obligations and emerging requirements to the National Command Authority, Department of Defense, Joint Staff, as well as the United States Army. This acquisition will require professional, scientific, and technical support services. (ii) SOLICITATION TYPE This Solicitation, numbered W911QY-11-R-0066, is issued as a Request for Quote (RFQ). (iii) CURRENTNESS This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. (iv) SET ASIDE This acquisition is set aside 100% for Service Disabled Veteran Owned Small Business (v) REQUIRED ITEMS The Government requires the following services: 0001 Acquisition Management Support The Contractor shall provide executive level expertise and support of the JPEO-CBD. The Contractor shall provide necessary resources to perform the work outlined within each Statement of Work. 0002 Travel Travel and per diem charges that are incurred by the Contractor in performance of CLIN 0001 will be reimbursed in accordance with the Government's Joint and Federal Travel Regulations (J/FTR) and only to the extent authorized by the Contracting Officer. 0003 Other Direct Costs Allowable Other Direct Costs that are incurred by the Contractor in performance of CLINS 0001 and 0002 will be reimbursed only to the extent authorized by the Contracting Officer. (vi) DESCRIPTION OF REQUIREMENTS Detailed requirements for the above described requirement are described in the Statement of Work, which is available from http://www3.natick.army.mil or by email to: Jennifer Lesco at jennifer.lesco@us.army.mil (vii) DELIVERY Deliverables will be defined in each task order and may include monthly reports. If required the Contractor shall deliver a monthly report. (vii) Quote Instructions The provisions at FAR 52.212-1, 'Instructions to Offerors - Commercial,' applies to this acquisition and is incorporated herein by reference. Specific instructions are available from http://www3.natick.army.mil or by email to: Jennifer Lesco at jennifer.lesco@us.army.mil (ix) QUOTE EVALUATION Evaluation Factors Technical. Quotes shall be evaluated to determine if they met the Performance Requirements and constraints of the Statement of Work. Past Performance. Evaluation of Past Performance will be based upon Contractor's work performed under similar requirements. Price. The total quoted price shall be evaluated to see if it is found reasonable. Award Criteria: The Technical factor is equal in importance to the Past Performance factor. The Technical and Past Performance factors, when combined, are significantly more important than the Price factor. The Government will award a contract to the quote that represents the best value to the Government. A tradeoff process among the evaluation factors will be used to determine which quote represents the best value. Offerors are cautioned that award may not necessarily be made to the lowest priced quote. (x) REPRESENTATIONS & CERTIFICATIONS Quotes shall be submitted with a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000. (xi) STANDARD TERMS & CONDITIONS The clause at 52.212-4, 'Contract Terms and Conditions' applies to this acquisition and is incorporated herein by reference. (xii) ADDITIONAL TERMS & CONDITIONS The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.203-5Covenant Against Contingent Fees 52.203-7Anti-Kickback Procedures 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity 52.203-12Limitation On Payments To Influence Certain Federal Transactions 52.219-6 Notice of Total Small Business Set-Aside 52.222-3Convict Labor 52.222-21Prohibition Of Segregated Facilities 52.222-26Equal Opportunity 52.222-50Combat Trafficking in Persons 52.223-16 Alt IIEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.227-1 Authorization and Consent 52.227-2Notice And Assistance Regarding Patent And Copyright Infringement 52.232-9Limitation On Withholding Of Payments 52.232-23 Alt IAssignment of Claims (Jan 1986) - Alternate I 52.232-25Prompt Payment 52.244-6Subcontracts for Commercial Items 52.253-1Computer Generated Forms 252.201-7000Contracting Officer's Representative 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7001Prohibition On Persons Convicted of Fraud or Other Defense Contract -Related Felonies 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7003Agency Office of the Inspector General 252.204-7004-Alt A Central Contractor Registration (52.204-7) Alternate A 252.205-7000Provisions Of Information To Cooperative Agreement Holders 252.209-7004Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.211-7003Item Identification and Valuation 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7001Buy American Act And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7012Preference For Certain Domestic Commodities 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7010Levies on Contract Payments 252.239-7001Information Assurance Contractor Training and Certification (xiii)SUBMISSION DEADLINE Quotes must be submitted electronically to jennifer.lesco@us.army.mil by 02 September 2011 at 12:00 PM Eastern Time (xiv) QUESTIONS Please contact Jennifer Lesco at jennifer.lesco@us.army.mil (508-233-6171) for information regarding this solicitation. (xv) ATTACHMENTS Statement of Work JPEO-CBD, CBRN, Scientific, Acquisition, and Technical support Services 1.0GENERAL INFORMATION 1.1Introduction JPEO-CBD has a number of mission related obligations and emerging requirements to the National Command Authority, Department of Defense, Joint Staff, as well as the United States Army, and its sister Services, to combat Weapons of Mass Destruction (WMD) and provide Chem/Bio defenses to the warfighter. JPEO CBD must be prepared to inform, support, coordinate with and assist the US Congress and DoD, as well as Interagency partners such as the Departments of State, Justice, Homeland Security, Health and Human Services, and the Office of the Director of National Intelligence. Requirements will require coordination, consultation and representation to our Nation's Treaty and coalition partners as well as national and international academic institutions. 1.2Scope This Statement of Work is intended to address the breadth of emerging JPEO CBD Joint Programs, acquisition reform mandates, and similar executive governmental initiatives as framed above. The objective of this contract is to provide JPEO-CBD with senior-level program, S&T, and integration support services for its assigned missions in support of the CBDP Portfolio. The requirements in the following paragraphs will enable the JPEO, DJPEO, Chief of Staff, Directors and Joint Program Managers and their support organizations to anticipate, develop, and implement plans, policy and programmatic decisions consistent with the spirit and intent of DOD and the Department of the Army. This acquisition requires professional scientific and technical support services to augment in-house Government programs, projects, missions, and capabilities. It is intended to capture those activities that involve the creation, execution, assessment and application of technical knowledge to the mission of JPEO-CBD in providing subject matter expert (SME) services in biodefense for CBRN solutions and decisions. The work intended under the scope of this contract requires contractors and staff with experience in the theoretical and practical aspects of the CBRN enterprise and the DoD's Chemical Biological Defense Program (CBDP). The work will often require Master's level staff with academic specialties in Chemical, Biological, Medical, Biophysical, Political Sciences, International Affairs, as well as numerous technical sub-specialties. At minimum, all staff will have solid foundations in one or more basic sciences including Chemistry, Biology, Engineering, Finance, Business, Congressional Affairs, Non Traditional Agents and Executive level Management. Most will have skills and experience in CBRN information systems and tools. Some projects may require individuals with interdisciplinary perspectives and specialized training in political and military protocols, social sciences, and economic analysis. All will be versed in the principles and investigative methods common to all physical, engineering, and life sciences, and skilled in the application of state of the art management and analytical methods and tools used in their technical specialty. Contract staff working in support of this SOW must have personal senior level experience in strategic planning and implementation at the level of National Military Strategy, as well as sustained involvement in formulation of plans and programs as they pertain to basic and applied research, material development, engineering, production, procurement and program management. 1.3 General The contractor, as an independent contractor and not as an agent of the Government nor representing any commercial vendor conducting business with JPEO-CBD, shall provide the necessary resources to perform the work outlined in this Statement of Work (SOW). The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform the work to in support of the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) as defined in this SOW. The contractor shall provide all computers, cell phones and all other electronic devices necessary to this contract. The government will provide access to policy and programmatic documentation required by the work under this PWS. When onsite work at a government location is required, the government will provide the computers and network access, as required on an as needed basis; the contractor shall, to the maximum extent possible, provide office supplies, tools, and off-site office space for this contract. 2.0REQUIREMENTS 2.1 National Security Strategies, Compliance, Advisement, Analysis The contractor shall provide executive level personnel in support of the JPEO CBD with experience at the Military Service, Joint and Joint Staff level. The contractor shall provide executive level (SES) experience with National Security strategies as they pertain to Non-traditional agents (NTA) Highly Toxic Material (HTM) threats to the Nation and other innovative Chem-Bio threats. The contractor shall provide advisory staff with radiological and nuclear defense experience including strategies to integrate with current efforts within DoD and Other Government Agencies (OGAs). 2.2Strategic Planning The contractor shall provide executive level expertise in the development and implementation of strategy planning based on past experience at the Service, Joint, and DOD senior decision making level. The contractor shall provide executive level (SES) experience in the development of strategic business initiatives which will assist the JPEO CBD in enterprise alignment and prioritization of funds to address the most urgent operational needs with sufficient investment to address the most likely emergent threats. 2.3Strategic Communications: The contractor shall provide the JPEO CBD with executive level expertise in the development and publication of an enterprise wide strategic communications plan. The contractor shall provide personnel experienced in crafting Service, Joint and DOD communications plans and communiqu s relative to DOD initiatives, CBRN emerging threats, opportunities and the optimization of resources. The contractor shall provide executive level staff expertise in the development of collaborative communications planning at the interagency level in support of the national security strategies and operations. 2.4Acquisition Planning The contractor shall provide SES and executive level (commercial business) equivalent experience in scientific, military, policy, and contractual expertise to resolve discrete acquisition issues as they pertain to technology maturity, contract strategies and other aspects of the advanced acquisition life cycle. The contractor shall provide executive level experience in empirical decision support framework with consideration of cost as an independent variable, risk, and critical path in order to eliminate programmatic redundancies, manage operational and technological gaps and increase the efficiency and efficacy CBRN acquisition programs. The contractor shall provide senior/executive level support for analysis, risk considerations/trade-offs, investment, acquisition and procurement strategies as they relate to policy construction, determination and compliance. 2.5 Program Management and Integration (Commercial) The contractor shall provide personnel with executive level experience in enterprise wide program integration of CBRN and non-CBRN related programs with obligation authority and expenditure ceiling in excess of $8B. 2.6Engineering Management The contractor shall provide executive level engineering management personnel to provide analytical support to JPEO CBD leadership on all facets of CBD engineering, test and evaluation. Contractor personnel shall be completely familiar with the Chemical and Biological Defense tech base program. 2.8 Acquisition Milestone Decision Preparation, Life Cycle Plans and Performance Review The contractor shall provide senior/executive level strategic review, and recommendations for the preparation and oversight of Milestone Decision, Test Planning Documents, mature Program Life Cycle Plans, Cost Estimates, and over all programmatic performance reviews in support of JPEO DoD acquisition activities. 3.0 References. 3.1. Department of Defense Instruction 5000.02, Operation of the Defense Acquisition System, 08 December 2008 3.2. DoDI 5000.01, The Defense Acquisition System, 20 NOV 07 3.3. National Planning Scenarios, MAR 05 3.4. Federal Acquisition Regulation, General Services Administration, JULY 10 4.0DELIVERABLES AND REPORTING REQUIREMENTS The scope of work for each individual task order under this contract will define the support services required as tasks, efforts, work assignments, or functions that are to be accomplished, under the general scope of this contract. The actual work will be authorized or "ordered" through the periodic issuance of individual Task Orders for services that fall within the general scope of this statement of work. Each Task Order will cite the appropriate section of the SOW and will provide a separate, detailed, and descriptive task order SOW of the specific work required under that Task Order. The service levels, delivery requirements and reports, and periods of performance will be individually defined in each Task Order based on the type and complexity of work required. Deliverables will be identifiable in each individual task order and may include monthly reports. If reports are required, the contractor shall prepare monthly reports of the major accomplishments and activities completed during the previous month. The Contractor shall deliver a monthly report if required in accordance with CDRL A0001 to the Contracting Officer and COTR each month for the previous month's performance, or as stated in the task order SOW. All deliverables provided under task orders become the property of the U.S. Government. 5.0 TASK ORDER PROCESS General. One or more task orders (TOs) may be issued during the performance period of this contract. The Contractor agrees to accept and perform orders issued by the ACC-APG Contracting Officer within the scope of this contract. Task Order Ordering Process Presoliciation and solicitation. The awardee will receive notification of a new task order requirement by email, mail, or other means. All proposed task orders will incorporate all terms of the IDIQ contract unless otherwise specified in the proposed task order. Additionally, the proposed task order will include: Task Orders will be based on applicable SOW at that time. All Task Orders under this IDIQ shall be issued within the term of the contract and shall be completed within the time specified in each task order, but in no case later than twelve (12) months after the effective completion date of the contract Responses Awardees will be provided an adequate time to prepare and submit responses based on the estimated dollar value and complexity of the proposed task order. The due date shall be set forth in each proposed task order. Responses will be streamlined and succinct to the extent practical based on the dollar value and complexity of the work. All proposals must be submitted in the form, format, and as directed in the task order proposal instructions. Evaluation. The Government will evaluate offerors responses based upon technical, price, and past performance information. Unauthorized Work. The contractor is not authorized to commence task performance prior to issuance of a signed task order that has been funded. TO Restrictions. Task orders shall either be fully funded at the time of award or awarded under the authority of FAR Clause 52.232-18, entitled, "Availability of Funds.' 6.0PERIOD OF PERFORMANCE This acquisition is for the issuance of an Indefinite Delivery/Indefinite Quantity Contract consisting of a three year ordering period. 7.0 REPORTS AND TASK ORDER TRACKING Routine reports and other data items under each task order will be defined in the task order SOW. Reports under this contract shall include the following: a) Progress Reports. The Contractor shall submit to the Contracting Officer (KO) and the Contracting Officer's Representative (COR) a progress report as defined herein. The Contractor shall prepare a quarterly report detailing significant events, accomplishments, and issues. The quarterly report shall be delivered electronically to the CO and COR by the close of business 5 days after the end of the quarter. The Contractor shall prepare the quarterly progress report describing the task orders awarded during the performance period, the status of all task orders, both prior and current. A Financial Report shall identify each task order, the negotiated amounts by cost category, the cost incurred to date by cost category, the current estimated cost required to complete the task by cost category, and the difference between the negotiated cost and the total of the cost incurred to date and cost estimated to complete the task based on the current status of the task. The difference between the negotiated cost and the combination of the cost incurred to date and required to complete the task will indicate the need for additional obligations or the anticipated cost savings. The Contractor shall project the percentage of completion based on the current obligation/cost amount provided in the task order and furnish the Government a timeframe for which the 75% of cost as specified in FAR 52.232-20 will be incurred. The report shall include a brief summary of activity under the base contract, including short statements on the project's objectives, scope, methodology, information obtained, and conclusions. It shall also identify accomplishments/summary, and pending issues/comments for the contract. The report shall also include any additional information--including findings and recommendations --that may assist the Government in evaluating progress and managing activities under this contract. The contractor shall submit quarterly status reports which are due on the 5th day of the month and shall be submitted to the Contracting Officer's representative (COR) in accordance with CDRL A001. b) Annual Report - The Contractor shall submit to the Contracting Officer and the Contracting Officer's Representative an annual report, based on the Government's fiscal year, on 10 October of each year the contract is active. The annual report shall be a consolidation of the reports under Section 13(b) below. Contractors shall also provide a description of the accomplishments, lessons learned, and recommendations on the contract. The contractor shall submit a contract closeout report at the expiration of the contract period. The report shall include a reconciliation of all task orders and their financials. In addition, the Contractor shall complete the attached release forms specified in Section J and provide them to the individuals above with the final report. The Government will notify the Contractor if there are any discrepancies in the settlement amount provided by the Contractor. 9.0TRAVEL There is no travel authorized under this base IDIQ contract; however, the contractor will be required to travel under task orders issued in support of this contract. Task orders will clearly identify travel requirements and may include, but not be limited to, Interim Progress Report (IPR) meetings, milestone meetings, decision briefings, and other routine meetings. Task orders will outline travel requirements, typically in and around the local Baltimore and Washington corridor, specifically and including Falls Church, VA, Annandale, VA, and Aberdeen Proving Ground, MD, Stafford, VA, and or all areas related to JPEO-CBD. International travel may also be required, and the contractor is responsible for any passport or Visa requirements. There will be a separate contract line item (CLIN) on each Task Order for travel. All travel expenses shall be in accordance with Joint Travel Regulations (JTR). The contractor shall make maximum use of video-teleconference facilities and other means available to minimize travel. 10.0SECURITY All personnel associated with this task will be required to have a DoD Secret security clearance. All All personnel proposed must be able to obtain and maintain a DOD Secret to DOD Top Secret security clearance depending upon the effort required. All classified material will be stored in government facilities. The government shall assist in obtaining or providing all necessary permits and escorts, including, but not limited to: (a) Temporary identification that allows contractor personnel access to sites and (b) Common Access Cards that may be required to gain access to computer networks. A DD254 will be required. 11.0DISCLAIMER STATEMENT AND CONTRACTOR IDENTIFICATION Any reports generated by the contractor in compliance with government directions on this contract will include a disclaimer and the cost of writing and delivering the report. The preferred disclaimer shall state on the cover page. "The authors of the following report are not official government representatives. The views, opinions, and findings contained in this report are not to be construed as an official Department of Defense position, policy, or decision unless so designated by other official documentation. The price of this report to the Government is $_________." 12.0 Non-Personal Services Statement. Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. The contractor's management shall ensure that employees properly comply with the performance standards outlined in the Statement of Work. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in the Federal Acquisition Regulation (FAR). The Government will control access to its facilities and will perform the inspection and acceptance of the completed work. 13.0 Contracting Officer Representative. The COR shall act as the lead technical advisor and primary government-appointed representative for daily oversight of this program. The COR shall: 16.1. Establish monthly, or as necessary, status report meetings outside the conduct of the In Progress Reviews (IPRs) to: 16.2. Update due-outs, minutes or actions from the IPR; 16.3. Review timelines and progress reports; 16.4. Discuss any conflicts or issues that arose since the previous IPR 16.5 Review status of the assigned work with the Contractor, including a Contractor-provided progress reports. Issues identified in the reports will be coordinated with the COR and primary Stakeholders for resolutions. 16.6. Update previous work statuses and send reports to the Stakeholders, including due out requests and meeting coordination. 16.7. When necessary, invite Stakeholders to the status report meetings if requiring an update or needing to otherwise participate in the status report meetings. 14.0 Hazards Information. This contract does not require the contractor to handle sensitive items, hazardous items, chemical agents or biological agents or known or suspected carcinogens. 15.0 Quality Assurance. The Contracting Officer's Representative (COR) shall evaluate performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). The QASP is primarily focused on what the COR will monitor to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 16.0 Type of Contract. The Government anticipates a single award Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to be awarded to a Service Disabled Veteran Owned Small Business (SDVOSB) that can satisfy this SOW. Task orders will be placed on a firm-fixed price basis. 17.0PERIOD OF PERFORMANCE The period of performance and ordering period for this contract is 36 months, from date of award. Mark G. Zimmerman COO/CORE JPEO-CBD
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/56f00713c356881ef52e3c77c7341274)
- Record
- SN02542495-W 20110821/110820000002-56f00713c356881ef52e3c77c7341274 (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 |