SOLICITATION NOTICE
R -- Metric Analysis Support Service Solicitation - Solicitation - Past Performance Questioners
- Notice Date
- 12/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ0013-14-R-0005
- Archive Date
- 2/11/2014
- Point of Contact
- Ali Beshir, Phone: 703-602-1341, Janet M Szatmary, Phone: 703-601-3728
- E-Mail Address
-
ali.beshir@dsca.mil, janet.szatmary@dsca.mil
(ali.beshir@dsca.mil, janet.szatmary@dsca.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questioners Metric Analyst Support Service Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 13.106, 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. (2) The solicitation number HQ0013-14-R-0005 is issued as a Request for Proposal (RFP). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71, Effective December 26, 2013. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. (4) This solicitation is issued under FAR Part 12 - Acquisition of Commercial Items. This solicitation is to procure Metric Analyst Specialist in support of the Defense Security Cooperation Agency (DSCA) Directorate for Chief Performance Office. The contractor shall provide services to conduct and support daily research and analyses of business performance metrics using a solid foundation of information technology and data analysis techniques in support of the agency's ongoing efforts to improve business processes and performance. (5) This solicitation is being issued as a 100% small business set aside under North American Industry Classification Standard (NAICS) code is 541611 Administrative Management and General Management Support Services. The small business size standard is $14 million. (6) Specifics. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. The performance period for this service is for a 12 month base and two 12 month option years. Offerors shall provide pricing for all years - base and option years. The base year shall begin on or about March 1, 2014. Place of Performance: Work performed under the contract will be performed in Arlington, VA at 201 12th street, South, Arlington, VA 22202. (7) Clauses and Provisions. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following evaluation factors shall be used to evaluate offers: (8) Evaluation Factors The Evaluation factors are Relevant Experience, Past Performance and Price. Please note the submission requirements listed under (viii) Submission Requirements below. - Relevant Experience: Contractor shall demonstrate capability to support the services identified in the attached Statement of Work and Schedule. Acceptability Standard for Relevant Experience a. The minimum experience required of both the contractor and proposed contractor personnel in order to be considered "acceptable" is 4-5 years working with U.S. Government processes to provide necessary support to accomplish tasks that are similar to the tasks identified in this solicitation. b. Technical skills required: capability of producing analytics consistent with a university undergraduate first course in Statistics, with minimal technical supervision. Computer skills required: • Average literacy with the MS Office Suite applications of Outlook, Word, and PowerPoint. • Must be proficient enough with Excel to support analytics covered by a university undergraduate first course in Statistics. This includes calculations of averages, medians, percentiles, and simple linear regression. This includes preparation of histograms, scatter diagrams, and pie charts. Must be able to transfer presentation graphics from Excel into PowerPoint or Word. c. Proposed contractor personnel must hold a SECRET clearance. d. The offeror shall provide resumes of all proposed personnel. Offeror must provide resume of the Metric Analyst Specialist. - Past Performance: The Government will evaluate Past Performance in accordance with FAR 13.106-2(b) (3). Offerors shall identify at least three recent and relevant contracts (including Federal, State, and local government) for efforts similar to this requirement. Offerors are encouraged to provide information on problems encountered on the identified contracts and the corrective actions take to address the problems. The Government shall consider this information, as well as information obtained from any other sources such as the Past Performance Information Retrieval System (PPIRS), when evaluating the past performance. - Price: The Government will evaluate Price for reasonableness in accordance with FAR 13.106-3(a) Basis for award. (9) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation will be conducted as lowest price technically acceptable. (10) Questions regarding this solicitation must be received no later than 1200 EST January 10, 2014. Questions shall be submitted via e-mail to ali.beshir@dsca.mil (10) Proposals are due on or before 1200 EST, January 27, 2014. Submit written proposals to ali.beshir@dsca.mil (11) Late proposals will not be considered. Proposals received after the date set for receipt of proposals will be rejected. Proposals must be valid for 90 days after due date. (12) Any amendment(s) issued to this RFP will be published on this site. Therefore, it is the Offeror's responsibility to visit this site frequently for updates on this procurement. The provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I applies. Offerors shall be registered in the Online Representations and Certifications Application (ORCA) at https://www.sam.gov/portal/public/SAM/. Also in accordance with the clause, all prospective Offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.219-6 Notice of Total Small Business Set-Aside 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). 52.246-4 Inspection of Services - Fixed Price 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment Other FAR/DFARS provisions/clauses are incorporated by reference and include DFARS 212.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 212.212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items]. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. (viii) Submission Requirements: 1. Contractor proposal shall demonstrate ability to support the services identified in the attached Statement of Work and Schedule. Submission must include evidence of certification requirements, experience, and resumes. 2. Past Performance - Offerors shall submit point of contact (POC) information for three (3) recent similar requirements. Contact information shall include: Name of POC. Email address of POC. Contract Number/Name/Period of Performance. A description of work performed on the subject contract. 3. Vendor shall provide pricing using the pricing schedule provided in the attached solicitation. Proposals must be delivered by 27 Jan 2014 at 12:00 noon Eastern Standard Time via U.S. Postal, UPS, FEDEX or hand delivered to the following address by the closing date and time. Someone will be present at the agency to accept proposals. Defense Security Cooperation Agency (DSCA) 201 12th Street South, Ste 203 Arlington, VA 22202 703-602-1341 / (703) 601-3727 Attn: Ali Beshir /Janet D'Angelo Further details regarding the requirement can be found in the attached Performance Work Statement (PWS).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-14-R-0005/listing.html)
- Place of Performance
- Address: 201 12th Street South, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03258736-W 20131229/131227233657-bfb42f490110d275240589fc6f25a750 (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 |