SOLICITATION NOTICE
F -- Pollution Prevention (P2) Support
- Notice Date
- 9/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG-TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56ZTN-15-T-P2P
- Archive Date
- 10/1/2015
- Point of Contact
- Walter L Zurkowsky, Phone: 4438614764, Sherry L. Compton, Phone: 4438614747
- E-Mail Address
-
walter.l.zurkowsky.mil@mail.mil, sherry.l.compton.civ@mail.mil
(walter.l.zurkowsky.mil@mail.mil, sherry.l.compton.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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. (ii) This solicitation, W56ZTN-15-T-P2P, is being issued as a Request for Proposal (RFP) in accordance with the Government's requirement. (iii) The solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76, effective 25 July 2014. (iv) The North American Industry Classification Standard (NAICS) code is 541620. This procurement is being solicited as 100% Small Business set aside. (v) The Firm Fixed Priced (FFP) contract line numbers are listed below: CLIN Description Quantity Unit of issue Unit Cost Total Price 0001 Preventive Pollution Support 1 JOB 0002 Accounting for Contract Services 0 JOB NSP 0 Total : * NSP - Not Separately Priced (vi) The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of the Department of Public Works (DPW) intends to solicit and award a Firm Fixed Priced (FFP) contract to obtain Pollution Prevention support. (See attached Performance Work Statement and QASP). Period of Performance: The performance period of this contract shall be 365 days after the award date. (vii) Place of Performance shall be located in Building 4304, Third Floor, Directorate of Public Works Environmental Division (viii) FAR 52.212-1, Instruction to Offerors-Commercial items, applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: Technical, Past Performance and Price. (x) FAR 52.212-3, Offeror Representations and Certification-Commercial items, applies to this acquisition. Offerors shall include a completed copy of provision with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions -Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial items, applies to this acquisition. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. (xiii) FAR and DFARS Clauses Incorporated by Reference are applicable to this acquisition: 52.247-34, F.O.B. Destination; 52.232-39 Unenforceability of Unauthorized Obligations; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.253-1, Computer Generated Forms; 252.232-7010, Levies on Contract Payments; and 252.233-7001, Choice of Law (Overseas). The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. FAR and DFARS Clauses Incorporated by Full Text are applicable to this acquisition: 52.204-3, Taxpayer Identification; 52.204-7, System for Award Management; 52.215-6, Place of Performance; 52.216-1, Type of Contract; 52.233-2, Service of Protest; 52.246-2, Inspection of Services-Fixed Price; and 252-246-7000, Material Inspection and Receiving Reports. The full text of these FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252-212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Order Applicable to Defense Acquisitions of Commercial Items, Clause Incorporated by Full Text, is applicable to this acquisition. The following DFARS clause within the aforementioned clause is being selected as applicable to this acquisition: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The full text of this FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at www.sam.gov. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. (xiv) The Defense Priorities and Allocation System (DPAS) do not apply to this acquisition. (xv) Questions (Please use the solicitation number as the subject) must be submitted by Monday, September 14, 2015 2:00pm EST. All proposals must be good for at least 30 calendar days. Proposals are due via email no later than Monday, September 14, 2015 at 2:00PM EST. Late submissions will not be accepted. (xvi) Questions or proposals shall be submitted to MAJ Walter L Zurkowsky BY EMAIL ONLY to walter.l.zurkowsky.mil@mail.mil or Ms. Sherry L Compton sherry.l.compton.civ@mail.mil. Performance Work Statement Title: Fiscal Year 2015 Pollution Prevention Program Support 1.0 BACKGROUND 1.1 General. Pollution Prevention (P2) is the Army's preferred approach, where timely and cost-effective, to achieve and maintain compliance with environmental laws and regulations. The Aberdeen Proving Ground (APG) Pollution Prevention (P2) Program focuses on using environmentally sound solutions as the preferred method to achieve and maintain compliance and to reduce the compliance burden. P2 is accomplished by implementing cost-effective approaches to pollution source elimination, reduction, or waste minimization. P2 encompasses those activities which reduce the quantity of hazardous, toxic, or industrial pollutants at the source by changing the production, industrial, or other waste generating process. P2 is not limited to hazardous pollutants released to air, water, and land, but also includes activities to encourage the reduction of the amounts of non-hazardous commercial and household wastes. 1.2 Pollution Prevention Opportunity Assessments (PPOA). A PPOA is a tool used to define the specific characteristics of a single operation or activity that creates environmental impacts (e.g., wastes, releases or toxic chemicals to the environment, energy/water usage, and habitat destruction). Specifically, the pollution prevention opportunity assessment is a systematic evaluation of processes and operation to: 1.2.1 Characterize all aspects of the process or operation, including process flow, waste generation patterns, material and power consumption, costs, manpower, and reliance on toxic chemicals. 1.2.2 Define the impacts that the process and related wastes have on the air, water, and land 1.2.3 Assign related costs and liabilities with specific wastes and management practices. This information documented in the PPOA is used to identify, refine, and plan the implementation of pollution prevention technologies that will reduce the environmental impacts associated with the process. 1.3 APG Commuter Center. The APG Commuter Center was created as a local government partnership with Harford County in 2013 with a 15-month grant through the Dodd's Office of Economic Adjustment. It was created as the result of an APG traffic study recommendation to ultimately reduce the number of single-occupancy vehicles commuting to APG. The purpose of APG Commuter Center is to inform APG commuters of their alternative commuting options by providing information and guidance, provide rideshare matching and advocate for alternative commuting opportunities at APG such as commuter buses and shuttles. 2.0 APPLICABLE DOCUMENTS The following documents (the version shown or the most recent issue) form part of this SOW. In the event of a conflict between these documents and the contents of this SOW, the most stringent federal, state, or local law/regulation shall prevail. 2.1 Resource Conservation and Recovery Act (RCRA), Section 6002, Federal Procurement, 1976. 2.2 Pollution Prevention Act of 1990 2.3 U.S. Army Regulation AR 200-1, Environmental Protection and Enhancement, February, 1997 2.4 Department of Defense Instruction (DODI), Pollution Prevention, July 1998 2.5 Department of Defense Green Procurement Program Strategy, November 2008 2.6 U.S. Army, Aberdeen Proving Ground, Sustainable Acquisition Policy, May 2013 2.7 Executive Order (EO) 13693, Planning for Federal Sustainability in the Next Decade, March 2015 3.0 SCOPE All services related to this contract shall be provided on site at APG unless otherwise specified by the government. The Contractor shall provide the following support to the P2 Program: 3.1 Training/Outreach. 3.1.1 Training: The contractor shall provide the following training: 3.1.1.1 Hazardous Waste Generator Initial Class. This class is provided by DPW's Hazardous Waste Branch on a regular basis. The contractor shall present one segment of the class, approximately 30 minutes in duration. For proposal purposes, the contractor shall assume that six (6) classes shall be conducted. The course shall address P2 Techniques (i.e. policy/procedural change, material reuse, material substitution, inventory controls, process efficiency improvement, equipment modification, improved housekeeping) in relation to APG activities. The existing slides will be made available as a guide. 3.1.1.2 Government Purchase Card Class. This class is provided by Army Contracting Command monthly. The contractor shall present one segment of the class, approximately 30 minutes in duration. For proposal purposes, the contractor shall assume that twelve (12) classes shall be conducted. The course shall address Federal and APG specific green procurement requirements as they apply to Government purchase card holders. The existing slides will be made available as a guide. 3.1.1.3 Environmental Officer Initial Officer. This class is provided by DPW's Integration Branch. The contractor shall present one segment of the class, approximately 30 minutes in duration. For proposal purposes, the contractor shall assume that four (4) classes shall be conducted. The course shall include a general overview of P2; Green Procurement; and Commuter Assistance Options, including mission, objectives, compliance requirements, services provided by the DPW Pollution Prevention Program, and introduction to the APG Commuter Center. The existing slides will be available as a guide. 3.1.1.4 Green Procurement Awareness. The duration of this class shall be approximately 30 minutes. For proposal purposes, the contractor shall assume that four (4) classes shall be conducted. The course shall address Federal and APG specific green procurement requirements (e.g. EPA's Comprehensive Procurement Guidelines (CPG), EPA's ENERGY STAR, EPA's WaterSense, EPEAT, USDA BioPreferred program, EPAct, Safer Choice, EPA's Significant New Alternatives Program (SNAP)). The existing slides will be made available as a guide. 3.1.2 Presentation Materials Management 3.1.2.1 The contractor shall update existing training slides (referenced in Sections 3.1.1.1-3.1.1.4) as needed, to adhere to current regulations (see Section 2.0) and improve usefulness to trainees. For proposal purposes, the contractor shall assume four (4) updates. The contractor shall submit slide updates to the P2 Program Manager within 5 working days of the scheduled course. Updates will be approved by the P2 Program Manager prior to being used in a training. 3.1.3 Outreach events: The contractor shall participate in the following events: 3.1.3.1 Installation Earth Day/Arbor Day Event (8 hours; annually in April) 3.1.3.1.1 The contractor shall develop an age appropriate activity to engage attendees (e.g. game, contest, hands-on activity) and demonstrate a facet of reducing environmental impact. Historically the primary attendees have been school age children. The contractor shall submit the activity proposal to the P2 Program manager within 60 days of the event for approval. The contractor shall demonstrate the event for the P2 Program manager 10 business days prior to the event. The activity will be approved by the P2 Program Manager prior to being presented. 3.1.3.1.2 The contractor shall staff the activity/information table during the event and manage the activity developed in Section 3.2.3.1.1. 3.1.3.2 P2 Week (10 hours, 3rd Week in September); 3.1.3.2.1 The contractor shall develop and conduct small scale outreach event that promotes pollution prevention. Small scale is defined as an activity(s) that requires no more than 10 contractor hours to staff. 3.1.3.3 Newcomers Orientation (2 hours, quarterly) 3.1.3.3.1 The contractor shall manage an outreach table providing information about commuting options at Newcomers Orientations. The table will be provided by the organizers of the Newcomers Orientation and the information specified in Section 3.2.5 shall be made available during the event. 3.1.4 Other Events (1 hour, quarterly) 3.1.4.1 The contractor shall prepare and brief presentations on pollution prevention, green procurement, and/or commuting options at venues such as staff meetings or other outreach venues (e.g. organizational safety day). The contractor shall submit briefing slides to the P2 Program Manager within 5 working days of the scheduled presentations. Slides will be approved by the P2 Program Manager prior to being used in a training. 3.2 Commuter Support 3.2.1 The contractor shall maintain a table of information at the APG Recreation Centers (located at Aberdeen and Edgewood areas (AA and EA)) including MARC timetables, Commuter bus schedules, vanpool company brochures (e.g. vRide and Enterprise Rideshare), MTA rider guides and service maps, Maryland commuter tax incentives, Guaranteed Ride Home brochures, business cards for the APG Commuter Center (provided by the contractor) and POCs for vanpool companies, and flyers for any upcoming events. MTA brochures are obtained from MTA employees. Vanpool company information is obtained from the individual vanpool companies (e.g. vRide and Enterprise). Guaranteed Ride Home information is obtained from local rideshare coordinators. 3.2.2 The contractor shall be onsite at the APG AA Recreation Center information table Tuesday-Thursday, 1100-1300hrs, unless there is Pollution Prevention Program scheduling conflict (e.g. training or meeting). 3.2.3 The contractor shall act as an advocate for transportation issues in and around APG, by coordinating with surrounding counties and the Directorate of Public Works (DPW) Master Planning Division (MPD) Transportation Working Group to identify gaps in and incentives for commuting (e.g. establishing commuter routes, creating designated parking). 3.2.4 The contractor shall work with commuters to find alternatives to driving to work. For proposal purposes, the contractor shall assume that anybody who commutes to APG to work is a commuter and has the potential to find alternatives to riding to work alone, regardless of distance. Commuters who are interested in exploring commuting options are identified by phone inquiries initiated by the commuter and interest expressed to the Contractor at APG Commuter Center table at the Aberdeen Area Recreation Center or other APG sponsored events (e.g. Newcomers' Orientation and onsite Travel Fairs). 3.2.5 The contractor shall maintain a database of those people who they have contacted to help match commuters with others in their area. This database shall be submitted to the COR electronically monthly as part of the monthly report (see Section 3.4). 3.2.6 The contractor shall provider creative short and long term solutions for transportation shortfalls, such as a limited train schedule and the lack of an on-post shuttle biannually. 3.2.7 The contractor shall represent APG's commuter interests at regional transportation meetings (approximately 6 per year) which includes representatives from the surrounding counties and Maryland and Delaware transportation authorities and the Maryland State Highway Administration. For proposal purposes, the contractor shall assume that short briefings concerning transportation at APG shall be presented. 3.2.8 The contractor shall assist in the planning of and provide briefings at APG's Transportation Working Group quarterly meetings, which includes regional attendees. The Directorate of Public Works Master Planning Division is the POC for the Transportation Working Group. 3.2.9 The contractor shall conduct one (1) traffic count during high volume traffic hours (i.e. 6-9am) to determine the number of carpools at APG. Volunteers will be used to evaluate the AA 22, AA 715, EA 24, and EA Wise gates. The contractor shall identify and coordinate with the volunteers and with the Directorate of Emergency Services for this event. In FY 15, volunteers were from DPW Environmental and Master Planning Divisions. 3.3 Pollution Prevention Opportunity Assessments (PPOAs): The contractor shall complete a PPOA evaluating paper hand towel use by the Garrison. 3.3.1 The contractor shall submit the draft report to the P2 Program Manager 150 days after contract award date. 3.3.2 The P2 Program Manager will submit comments to the contractor for incorporation into the final report within 10 business days of receiving the draft report from the contractor. 3.3.3 The contractor shall submit the final report in Microsoft Word to the P2 Program Manger 180 days after the award date. 3.3.4 The contractor shall provide all calculations and support data with the final report. 3.3.5 The contractor shall include (but is not limited to) electric hand dryers (e.g. Dyson Air Blade) and composting as explored alternatives to paper towel use by the Garrison. 3.3.6 The contractor shall complete research including return on investment (ROI) calculation(s), life cycle assessment(s) (LCAs), safety impacts, and health impacts. 3.3.6.1 ROIs measure the percentage return on a particular investment. ROI is used to measure profitability for a given amount of time. 3.3.6.2 LCAs assess environmental impacts associated with all the stages of a product's life from cradle to grave (i.e., from raw material extraction through materials processing, manufacture, distribution, use, repair and maintenance, and disposal or recycling). 3.3.6.3 Equipment evaluations shall present data for at least 3 products competing in the same product category. 3.4 Monthly Report 3.4.1 The contractor shall submit a report of the previous month's activities, obstacles, and accomplishments by noon of the first workday of the succeeding month. The report shall contain the following sections: 3.4.1.1 Contract name: Self explanatory 3.4.1.2 Contract number: Self explanatory 3.4.1.3 In Progress Review (IPR) Period: previous calendar month and year 3.4.1.4 Activities during current reporting period. This section shall include: 3.4.1.4.1 Ongoing projects and 3.4.1.4.2 Milestone reached and dates 3.4.1.4.3 Meetings attended or held, POCs, and dates 3.4.1.4.4 Trainings conducted and dates 3.4.1.5 Activities planned for the next reporting period. This section shall include: 3.4.1.5.1 Projects that will be worked on 3.4.1.5.2 Anticipated milestones and dates 3.4.1.5.3 Scheduled meetings and dates 3.4.1.5.4 Scheduled trainings and dates 3.4.1.6 Issues: This section shall include: 3.4.1.6.1 Any factors negatively impacting accomplishing contract activities 4.0 SUPPORTING INFORMATION 4.1 Contracting Officer's Representative (COR): The COR will be identified by separate letter after contract award is made. Deliverable Media Requirements: The Contractor shall provide all deliverables in both "hard copy", and on electronic media (formats compatible with MS Office applications). 4.2 Report Format: All reports (e.g., publications, operating procedures, etc.) developed, to include routine reports and special requests developed by the contractor or subcontractors, shall be submitted to the Government for dissemination. The contractor shall ensure that reports are written, designed, and edited to meet the standards of the Government Printing Office Manual (http://www.gpo.gov/fdsys/pkg/GPO-STYLEMANUAL-2008/pdf/GPO-STYLEMANUAL-2008.pdf), latest edition of Webster's Unabridged Dictionary, and other general and specialized references and dictionaries to be specified by the Government. 4.3 Key Personnel and Qualifications: The key personnel specified in this contract are considered to be essential to work performance. By submitting a proposal [or statement of qualifications], the proposer agrees and acknowledges that it will provide for the duration of the project, the full complement of staff required to perform the work of the project, including the specific individual(s) identified in its proposal. At least 30 days prior to diverting any of the specified individuals to other programs or contracts (or as soon as possible, if an individual must be replaced, for example, as a result of leaving the employ of the Contractor), the Contractor shall notify the Contracting Officer and shall submit comprehensive justification for the diversion or replacement request (including proposed substitutions for key personnel) to permit evaluation by the Government of the impact on performance under this contract. The Contractor shall not divert or otherwise replace any key personnel without the written consent of the Contracting Officer. The Government may modify the contract to add or delete key personnel at the request of the contractor or Government. At a minimum, a Research Analyst is considered to be essential to the work being performed by this contract. The research analyst shall possess (at a minimum) a bachelor's degree and have at least 2 years of experience in pollution prevention and conducting outreach/education events. 4.4 Direction: The Contractor shall accept directions only from the Contracting Officer (KO) or the duly authorized Contracting Officer's Representative (COR). Requests or desires of the Users or Using Agency made directly to the contractor shall be immediately brought to the attention of the COR. Any changes to the project scope or other provisions of this Statement of Work must be authorized in writing by the KO. 4.5 Hours of Operation: The Contractor shall provide personnel onsite for one full man-year (1880 worked hours over the course of 365 days from the date of award). The Contractor shall adhere to standard business hours (6:30 AM -6:30 PM, Monday through Friday). Operations outside of standard business hours require prior approval from the COR or the contracting officer. The Contractor shall have two primary work spaces: Building 4304, Third Floor, Directorate of Public Works Environmental Division and the Aberdeen Area Recreation Center. The Contractor shall maintain office hours at the Aberdeen Recreation Center from 11am-1pm Tuesday through Thursday. For work hours falling outside of the before mentioned time range, the Contractor shall operate out of Bldg. 4304. If there is scheduling conflict with another Pollution Prevention Program requirement (i.e. outreach event), the Recreation Center hours shall be shifted to accommodate event. Schedule shifts require prior approval from the COR or contract acting officer. Federal Holidays: The contractor is not required to provide all services on the following federal holidays. Any of the holidays falling on a Sunday shall be observed on the following Monday. The Federal holidays are: New Year's Day January 1, Martin Luther King's Birthday 3rd Monday in January, Presidents Day 3rd Monday in February, Memorial Day Last Monday in May, Independence Day 4th of July, Labor Day 1st Monday in September, Columbus Day 2nd Monday in October, Veterans Day November 11th, Thanksgiving Day 4th Thursday in November, Christmas Day 25th December. 5.0 ACCOUNTING FOR CONTRACTOR SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2)Contract number, including task and delivery order number, (3) Beginning and ending dates covered by reporting period, (4) Contractor name, address, phone number, E-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct extensible Markup Language (XML) data transfer to the database server or fill in the Fields on the web site. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.* 6.0 OPSEC REQUIREMENTS: 6.1 Anti-Terrorism (AT) Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://jkodirect.jten.mil/html/COI.xhtml?course_prefix=JS&course_number=-US007-14 This training must then be completed on an annual reoccurring basis for the duration of the contract. 6.2 Access and General Protection/Security Policy and Procedures. The contractor and all associated subcontractors' employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. Personnel who need access to Aberdeen Proving Ground must poses one of the following forms of Identification: DoD Common Access Card, DoD Teslin Identification Card (Retiree or Family Member), or an identification card from another Federal Agency that meets the Requirements of HSPD-12. Contractors who are enrolled in the Rapid Gate Program must be approved for access to APG for the Rapid Gate ID Card to be valid for APG. Companies wishing to enroll in the Rapid Gate Program must contact EID Passport for information on how to enroll. All other personnel without one of the above forms of identification must process through the Visitor Center. If escorting a foreign national the foreign national must process through the Visitor Center. All personnel must have a valid state driver's license, state issue identification card or Department of State work authorization card. All drivers must have valid vehicle registration or rental vehicle agreement for the vehicle they driving. All visitors will be vetted in accordance with Army Access Control policy. Companies or COR's will insure they have processes in place to immediately collect CAC or other government issued ID's when the individual is terminated from employment or no longer requires access to the Installation. These will be turned in to the Military Personnel Office Directorate of Human Resources, building 4305 room 161 for destruction. In the case of Lost or stolen ID an MP/Police Report/Statement or a memorandum from the contractor's COR, COTR or TASS Trusted Agent (TA) must be provided to the Military Personnel Office Directorate of Human Resources describing the date, place and circumstances of the loss or theft. The Military Personnel Office will disable lost CAC and upload supporting documentation issued by COR, COTR, or TASS. The loss or theft of an ID must be reported on the same day it occurred. All personnel issued a government ID are personally responsible for safeguarding it to prevent its loss or theft. The ID should remain in direct possession of the individual to whom it was issued at all times or secured in a personal residence. Under no circumstances is it to be left unattended in vehicles or public spaces or lent to a second party. An ID may not be copied by businesses to allow employees to receive discounts nor can it be worn in badge holders outside of official DOD facilities where it is visible to casual observers. 6.3 OPSEC, Security and iWATCH Briefing. Must be completed by all contractors and associated subcontractors. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the Police Desk. Due to computer access challenges, this training will be provided via hard copy to each individual involved with this contract. This training shall be completed within 7 calendar days of contract award and 7 calendar days of new employees' commencing performance, with the results reported to the COR (or to the contracting officer, if a COR is not assigned) no later than 7 calendar days after contract award. This training must then be completed on an annual reoccurring basis for the duration of the contract. Included in the training is a Installation watch card which should be cut out and retained by the contractor, it identifies what to report and the phone numbers for the Police Desks at APG. 6.4 Security and Identification Badges. Identification and security badges shall be obtained as soon as contract is awarded. Contractor personnel performing work under this contract shall complete a National Agency Check with Inquiries (NACI) and background check in order to obtain a Common Access Card (CAC). Contractor ID badges and security badges can be obtained through Bldg 4304 at the security office. When applying for the badges, furnish the contract number and expiration date to the Security Clerk. Once badges are obtained, the contractor shall provide the COR with a list of the employee's full name, type of badge, badge number and the expiration date. As changes occur an updated list shall be sent to the COR. 6.5 General. 6.5.1 The company performing the services must be a US Owned company, and staff performing these services must be US citizens. 6.5.2 The contractor shall be a subject matter expert, shall have good institutional knowledge, shall be a full-time employee, and shall be available during normal business hours. 6.5.3 All work under this contract shall be performed in a safe manner in accordance with all applicable safety regulations. 6.5.4 All site visits shall be conducted using appropriate personal protection equipment (PPE). 6.5.5 All deliverables shall be property of the government. 6.5.6 All information provided to the contractor by the Army to include building and infrastructure plans and other data remains the property of the US Army and must be returned to the Army upon completion of the contract. No copies are to be retained by the contractor or provided to third parties without prior written approval. Any waste to include printed copies or electronically stored data must be properly disposed of in accordance with Army standards and may not be disposed of in the regular waste or recycling stream. 6.5.7 Any material related to the performance of the contract that the Contractor desires to release to the public domain must undergo an OPSEC review by the Intelligence and Security Division prior to being released. This includes but is not limited to information used by the contractor for advertising purposes, for use in publishing articles in professional journals or display on websites. The Contractor will fully comply with all requirements of the Installation OPSEC Policy. 6.5.8 Any vehicles provided by the contractor operated on APG may not be equipped with camera equipment that has recording capabilities. 6.5.9 Any contractor personnel who are required to take photos on APG in the performance of their duties are required to be approved and receive training through the Intelligence and Security Division. To request this training contact the Intelligence and Security Division at 410-278-3187. 7.0 PERIOD OF PERFORMANCE: The performance period of this contract shall be 365 days after the award date. SUBMISSION INSTRUCTIONS - SECTION L Instructions for the Submission of the Proposal General Requirements: The Offeror shall submit documentation illustrating their approach for satisfying the requirements of this solicitation. Proposals must be clear, coherent, and prepared in sufficient detail for effective evaluation of the Offeror's technical ability to perform the requirements of the solicitation. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete effective response to the solicitation are not desired. The proposal, subject to FAR 52.212-1, Instruction to Offerors- Commercial Items, shall be submitted with the minimum information suggested. All information necessary for the review and evaluation of a proposal must be contained in the proposal volumes set forth below. Section M of the RFP sets forth the evaluation criteria and delineates the Factors to be evaluated. The Offeror's proposal, as required by this section, shall be evaluated as set forth in Section M of this RFP. As stated in FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. Every Offeror must submit a written proposal before the date and time specified in paragraph (xv). The proposal shall remain valid for a minimum of thirty (30) days and shall not contain classified data/information. Proposal Submission Method of Submission: The Offeror's proposal shall be submitted by Electronic Mail. Proposal submissions must clearly identify the RFP number and the date specified for receipt of offers on the subject line, whichever is applicable. Offerors are responsible for submitting proposals in a manner to be received by the appropriate Government office designated in the solicitation by the time specified in the solicitation. Any proposal that is received after the appointed date and time is "late'' and may not be considered for award. Submission Address: Proposals shall be submitted to the following address with a return email confirming receipt: Electronic Mail: walter.l.zurkowsky.mil@mail.mil and sherry.l.compton.civ@mail.mil All or None: Offers in response to this RFP must be submitted for all of the requirements identified in the RFP. Offers submitted for less than all of the requirements called for by this RFP will not be considered for award. Alternate Proposals: The Government will not consider Alternate Proposals. The proposal must meet the requirements of the Performance Work Statement. Proposal Volume Requirements The proposal shall be accompanied by a cover letter (letter of transmittal) prepared on the company's letterhead stationery. The cover letter (letter of transmittal) shall identify all enclosures being transmitted and shall be used only to transmit the proposal and shall include no other information. The first page of the proposal must contain the information described in FAR 52.212-1 (b): (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents if necessary; (5) Price and any discount terms; (6) "Remit to'' address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3{b) for those representations and certifications that the Offeror shall complete electronically); (8) Acknowledgment of Solicitation Amendments; (9) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Additionally, the Offertory's CAGE code must be included on the first page of the proposal. The intonation listed below shall be provided in separate volumes with the proposal. Volume Page Limit (Not to Exceed) l. Executive Summary 10 II. Technical Proposal 10 III. Past Performance 10 IV. Price Proposal 10 Page Limitations: The cover letter, title page, table of contents, table of figures, list of tables and glossary of abbreviations & acronyms do not count against page count limitations. Proposal contents that exceed the stated page limitations will be removed from the proposal by the Contracting Officer or designated representative(s), and will not be considered for award. Format: Text shall be single-spaced, on 8 x II inch paper (except as specifically noted), with a minimum 0.5'' margins. Pages shall be numbered consecutively. Text shall be 12-point Times New Roman font style. Bolding, underlining, and italics may be used to identify topic demarcations or points of emphasis. Graphic presentations, including tables, may use a reduced font style not less than 8 point and shall have spacing and text that is easily readable. Each volume in the proposal shall include a copy of the cover letter (letter of transmittal), title page and table of contents. The table of contents shall list sections, subsections and page numbers. Each volume shall contain a glossary of all abbreviations and acronyms used. Each acronym used shall be spelled out in the text the first time it appears in each proposal volume. Electronic proposal submittals shall be in a format readable by Microsoft (MS) Word 2007, MS Excel 2007, or Adobe Acrobat X Pro. Cross Referencing: Each volume, other than the Price volume, shall be written to the greatest extent possible on a stand-alone basis so that its content may be evaluated with a minimum of cross-referencing to other volumes of the proposal. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity. Information required for proposal evaluation, which is not found in its designated volume or cross-referenced, is assumed omitted from the proposal. Volume Content Requirements Executive Summary (Volume I): The Executive Summary shall include a brief summary of the Offertory's capability and approach to accomplish the requirements of the contract. Include a statement specifying agreement with all terms, conditions, and provisions included in the RFP or any exceptions. Any exceptions taken to the attachments, exhibits, enclosures, or other RFP terms, conditions, or documents must be fully explained, however, any such exceptions may be grounds for the Contracting Officer to reject the proposal from further consideration in the source selection process before initial evaluation. FACTOR 1: Technical Proposal (Volume II) The Technical Proposal shall contain information on the Technical Capabilities factor. The Government is not responsible for locating or securing any information which is not identified in the Proposal. Technical Capabilities Factor: As a minimum, Offerors shall address the following: Offerors shall provide a discussion to describe how they intend to perform the requirements of the PWS which demonstrates a complete understanding of the PWS requirements. In addition, offerors shall provide evidence that they can meet minimum staffing requirements. Offerors must provide a resume that satisfies the requirement for a Research Analyst. The minimum qualifications are set forth below: The research analyst shall possess a bachelor's degree and possess one (1) year of experience in pollution prevention, two (2) years in developing transportation reduction initiatives and three (3) years in conducting outreach/education events. In addition, the research analyst shall possess two (2) years' experience working on projects that required coordination of multiple divisions or directorates to accomplish a single goal. FACTOR 2: Past Performance (Volume III): As a minimum Offeror shall address the following: Offerors and major subcontractors shall submit three (3) recent and relevant past performance information. Recent information is described as contractual efforts undertaken within five years prior to this solicitation. Relevant information is described as tasking similar in size, scope, and complexity of the Statement of Work for this effort. The past performance/experience references shall not be for work prior to 2010. Offerors with no past performance shall so state. The Offerors submission of past performance must contain the following: a. Section I - Offeror Past Performance (1) Contractor/Subcontractor place of performance, CAGE Code and DUNS number (2) Government contracting activity, address, telephone and FAX numbers (3) POCs name, telephone and fax numbers (4) Government's technical representative/COR telephone and fax numbers (5) Government contract administration activity and the ACO's name, telephone and fax numbers (6) Contract Number (7) Contract Type (8) Awarded price/cost (9) Final or projected final price/cost (10) Original delivery schedule (11) Final or projected final delivery schedule (12) Narrative - Offerors shall provide a specific narrative explanation of each contract listed describing the objectives achieved and detailing how the effort is similar to the requirements of this solicitation. For any contracts that did not/do not meet original cost schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective actions taken to avoid recurrence. The Offeror shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The Offeror shall also provide a copy of any cure notices or show because notices received on each contract listed and a description of any corrective action taken. The Offeror shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. The Offeror shall also specify to what extent subcontractors were involved in gaining related experience, and their level of involvement with respect to the scope of work, objectives achieved, and personnel resources utilized, and how previous contracts relate to this effort. The Government will give greater weight to prime contractor experience than subcontractor experience. b. Section 2 Subcontracts- Offerors shall provide an outline of how the effort required by the solicitation will be assigned for performance within the contractor's corporate entity and among the proposed subcontractors. Offerors shall provide the above-required information for any proposed subcontractor who will perform a significant portion of the effort. A significant portion is defined as performing 10% or more of the total effort. If not applicable, the Offeror shall so state. c. Section 3 New Corporate Entities- New corporate entities may submit data on prior contracts involving its officers and employees. The Offeror shall discuss in detail the role performed by such persons in the prior contracts cited. If not applicable, the Offeror shall so state. FACTOR 3: Price Proposal (Volume IV) Information requested below for inclusion in the Price Proposal is not intended to be restrictive or all-inclusive. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. Offerors are encouraged to submit any other price or financial information that may be helpful in the understanding and evaluation of the Price Proposal; however, superfluous or elaborate documents are discouraged. Pricing information shall be addressed ONLY in the Price Proposal (Volume III) and shall be separated from any technical information being provided. The Government intends to make award to the Offeror whose proposal is technically acceptable with the lowest evaluated price (LPTA). The Price Volume shall clearly identify the proposed firm-fixed unit prices for CLIN 0001. Assumptions used in determining the proposed Firm-Fixed Prices must be clearly stated in the Offeror's proposal. All submissions shall be made in U.S. dollars. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, a rating of "Acceptable" must be achieved for both Factors 1 and 2, Technical and Past Performance. Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in Section L of this RFP; or b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price or unattainable in terms of technical or schedule commitments: or c. Offers that do not meet all the stated material requirements of the RFP; or d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other RFP terms and conditions. Evaluation and Source Selection Process Selection: Selection of the successful Offeror shall be made following an assessment of each proposal, based on the response to the requirements of this solicitation. Proposals will be evaluated as specified in Section M. Evaluation: The evaluation of proposals submitted in response to this RFP shall be conducted in accordance with a LPTA competition. Award Without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition, must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.1 04. The Government reserves the right to conduct a Pre-Award Survey on any or all Offerors to aid in the evaluation of each Offeror's proposal and ensure that a selected Contractor is responsible. No award can be made to an Offeror who has been determined non-responsible by the Contracting Officer. SECTION M - PROPOSAL EVALUATION Evaluation Factors: The Technical volume of the proposal will be evaluated against the requirements described in the Performance Work Statement (PWS) contained in this solicitation. The Technical Volume will be determined to be "Acceptable" or ''Unacceptable", using the following ratings: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Technical Proposal (Volume I) FACTOR 1: Technical Capabilities: To be considered for award, an Offeror must be determined to be acceptable in this factor. The Government is not responsible for locating or securing any information which is not identified in the Proposal. Technical Capabilities: The ratings and descriptions that will be used for the evaluation of Factor 1 - Technical are provided below: Technical Capabilities: The factor will be rated acceptable if the narrative demonstrates a complete understanding of the PWS and adequately describes how the offeror will successfully perform the work described in the PWS. This discussion shall include resumes for key personnel including the firm's qualifications to perform the identified duties and specifically the items mentioned in the proposal instructions (Section L. above). The offeror must meet the requirements of the RFP. A. Acceptable: The Technical Proposal shall contain adequate information so that the Government can determine whether the Offeror is capable of meeting the requirements of the Performance Work Statement. b. Unacceptable: The Technical Proposal does not contain adequate information and the Government is unable to determine whether the Offeror is capable of meeting the requirements of the Performance Work Statement. FACTOR 2: Past Performance {Volume II): Past Performance rating will be an Offeror's probability of meeting the requirements. Past Performance uses two aspects: relevancy and performance. The assessment is based on the Offeror's record of relevant and recent past performance information that pertains to the products and/or services outlined in the solicitation requirements. Relevance pertains to whether the Offeror's present/past performance is relevant or not relevant to the effort. The second aspect of past performance will be determining how well the contractor performance on the contracts. This evaluation does not establish, create, or change the existing record of performance rather the past performance evaluation gathers information from customers on how well the Offeror performed on those past contracts. Each Offeror's proposal will receive an acceptable, unacceptable, or unknown rating. The Government may use data provided in the Offeror's proposal and data will be obtained from other sources including, but not limited to, Past Performance Information Retrieval System and interviews with other Government officials. Past Performance Evaluation Ratings a. Acceptable: Based on the Offeror's performance record the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. (See note below.) b. Unacceptable: Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort. Note: In the case of an Offeror without a record of relevant Past Performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a) (2) (IV)). Therefore, the Offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown'' shall be considered "acceptable." FACTOR 3: Price (Volume III): Offerors shall provide a completed table in paragraph (v) above as part of the price proposal. The Government will evaluate the summed total of all Contact Line Item Numbers (CLINs) in paragraph (v) above.. Offer or price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. Accordingly, the analytical techniques and procedures described in FAR 15.404-1 may be used singly or in combination with others, as determined necessary by the Contracting Officer, to ensure the costs are fair, reasonable. As this will be a Firm Fixed Priced contract, no cost-realism analysis is required per FAR 15.404-1 (d). A proposal is presumed to represent the Offeror's best effort to respond to the solicitation. Any inconsistency with other sections of the Offeror's proposal (i.e. technical), whether real or apparent, between promised performance and cost shall be explained in the proposal. Any significant inconsistency, if unexplained, may raise a fundamental issue of the Offeror's understanding of the nature and scope of the work required and may be grounds for rejection of the proposal as inadequate. CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) a. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of Lowest Priced Technically Acceptable (LPTA). FACTORS TO BE EVALUATED: Factor 1 - Technical Factor 2 - Past Performance Factor 3 - Price b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offer or 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. The following Quality Assurance Surveillance Plan will be incorporated in the final award: Quality Assurance Surveillance Plan (QASP) Purpose of a QASP This performance-based Quality Assurance Surveillance Plan (QASP) sets forth the procedures and guidance that the Contracting Officer's Representative (COR) will use in evaluating the technical performance of the Contractor in accordance with the terms and conditions of the Task Order. The QASP objective is to explain Government procedures to be used to verify that appropriate performance and quality assurance methods are used in the management of this performance-based contract. The purpose of the QASP is to assure that performance of specific activities and completion of milestones are accomplished in accordance with all requirements set forth in the Task Order. Below is a matrix that will be used to monitor this contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/66964bd894f20b113cd2458a2e2d6405)
- Place of Performance
- Address: Aberdden Prooving Grounds, APG, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN03871121-W 20150905/150904000519-66964bd894f20b113cd2458a2e2d6405 (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 |