Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

B -- NIICD Workforce/Workload Analysis - Performance Work Statement

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
U.S. Forest Service, Contracting, Owyhee Building - MS 1100, 3833 S. Development Avenue, Boise, Idaho, 83705-5354, United States
 
ZIP Code
83705-5354
 
Solicitation Number
AG-024B-S-17-0024
 
Point of Contact
Tanya E. Arnberger, Phone: 208-387-5279
 
E-Mail Address
tearnberger@fs.fed.us
(tearnberger@fs.fed.us)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
AG-024B-S-17-0024 Performance Work Statement 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. Solicitation number AG-024B-S-17-0024 is being issued as a Request for Proposal (RFP) by the Forest Service Incident Support Branch AQM located at 3833 S Development Ave Boise ID, 83705. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 August 3, 2015. This acquisition is a Total Women-Owned Small Business set aside under the NAICS code 541611 with a small business size standard of $15,000,000.00. All offerors must ensure that they complete the required submission of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JAN 2017) indicating size status in accordance with the applicable set aside of this acquisition. The resultant award will be a Firm Fixed Price Purchase Order for the required service with a period of performance from September 15, 2017 to December 31, 2018. Award will be made to the contractor whose proposal provides the best value to the Government in accordance with the FAR 12.602 Streamlined Evaluation of Offers. Due to the fact that the Government is seeking a vendor who can provide the technical experience/expertise most directly related to the Performance Work Statement (PWS), the Government reserves the right to award to other than the lowest priced offer if the Government determines that the additional cost is justified in return for the perceived benefits set forth in the contractor's proposal. Evaluation of offers will be in accordance with the factors and procedures listed in this solicitation only. Proposals will be priced only on the identified Line Items structure. Any proposal that does not provide pricing according to the outlined structure will be considered non-responsive. Submission Requirements 1. All submissions must comply with the terms and conditions of FAR 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017). 2. Complete Technical Proposal addressing all requirements of PWS. Technical Proposals shall be limited to no more than ten (10) pages. 3. Proposals shall include past performance information on most recent three (3) to five (5) specific contracts (no more than 3 years old) that demonstrates performance relevant to the Performance Work Statement (PWS) performance requirements. Past performance information for State and local governments, private sector clients, and subcontracts that is similar to the Government requirement will be evaluated in the order of precedence indicated below in FAR provision 52.212-2. Past performance information is proprietary information and will be treated in accordance with FAR 3.104. Past performance proposals shall be limited to no more than five (5) pages. Past performance proposals must include at a minimum; a. Project descriptions, locations, and performance periods (demonstrating relevancy to PWS requirements) b. Customer name, point of contact (two POC's for each non-Federal reference), and phone number c. Contract details (value, type, and number) d. Completion date Schedule of Items Item Description 0001 Fire and Aviation Management National Interagency Incident Communication Division (NIICD) workforce resilience/portfolio analysis. Includes all associated management, personnel, and travel to complete PWS tasks. Period of performance August 7, 2017 to April 30, 2018. Description of Requirement The requirement in its entirety is identified in the attached Performance Work Statement (PWS). The Performance Work Statement will be incorporated into the resultant award and therefore the terms of which are wholly binding. Delivery All deliveries will be submitted electronically via email or other electronic methods. All deliveries will be to: Organization: USDA Forest Service ATTN: Lisa Elenz Address: 3833 S Development Ave. Boise, Idaho 83705 Phone Number: 208-387-5240 Email Address: lelenz@fs.fed.us Provisions and Clauses FAR 52.212-1, Instructions to Offers (JAN 2017) - Commercial applies to this acquisition and there are no addenda to the provision. FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) is applicable to this acquisition as follows; (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: Technical capability and past performance, when combined, are equally as important as price. The non-price factors are all of equal value to each other. The Government reserves the right to reject any proposal that includes any assumptions that adversely impacts the Government's requirements. (i) FACTOR 1 - Technical Capability Offers will be evaluated on overall technical capability, which is demonstrated by offerors ability to meet the minimum requirements outlined in the PWS. The following subfactors are listed in descending order of importance: 1. Proposal demonstrates an understanding of incident communication requirements and the interagency community to include key stakeholders and their influence on workload management. 2. Proposal demonstrates an understanding of project management techniques and their application to public safety and emergency services. 3. Proposal demonstrates an understanding of workforce resiliency training/consulting and implementation thereof as it pertains to incident communication workload management, change, and transition. (ii) FACTOR 2 - Past Performance Past performance is a measure of the degree to which the offeror has previously satisfied customers in the performance of the efforts/requirements identified in the PWS. The Government will evaluate the relevance and recentness of past performance of the offeror and its relation to the PWS requirements. (iii) FACTOR 3 - Price Each price proposed shall be evaluated to determine its reasonableness for the effort proposed and to determine the demonstrated understanding of the level of effort needed to successfully perform the requirements of the PWS. Award may not necessarily be made to the offeror submitting the lowest priced offer. The Government will evaluate the competitiveness, realism, and reasonableness of the pricing, including any discounts offered as a total sum. The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. The Government reserves the right to make price/technical trade-offs that are in the best interest of the Government. Evaluation Plan Definitions Deficiency: An aspect of the proposal that fails to satisfy the Government's minimum requirements or a combination of significant weaknesses in a proposal that raises the risk of unsuccessful contract performance to an unacceptable level. Recent Performance: is defined as contracts performed within the last three years. Relevant Performance: Includes performance of efforts involving same type supplies and services that are similar or greater in scope, magnitude, and complexity than the effort described in the PWS. Significant Strength: An outstanding or exceptional aspect of a proposal that appreciably increases the Government's confidence in the offeror's ability to successfully perform contract requirements. Significant Weakness: A proposal flaw that appreciably increases the chance of unsuccessful performance. Strength: A significant outstanding or exceptional aspect of a proposal that exceeds the minimum evaluation standard. Weakness: A flaw in the proposal that decreases the Government's confidence in the offeror's ability to successfully perform contract requirements. Technical Capability The government will conduct a subjective assessment of performance risk based upon the technical capabilities of the offerors as it relates to the probability of successfully performing the PWS requirements. Technical evaluation of proposals will only include the factors and sub-factors listed above. Offers will be more highly rated based on agency specific knowledge in descending order of importance; US Forest Service, US Department of Agriculture, other Federal agencies, and private sector. The following adjectives will be used in assessing technical capabilities: TABLE 1 - TECHNICAL FACTOR EVALUATION RATINGS Rating Description Outstanding: Proposal indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and risk of unsuccessful performance is low. Good: Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, and risk of unsuccessful performance is low to moderate. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unseccessful performacne is no worse than moderate. Marginal: Proposal has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful perfoamance is high. Unacceptable: Proposal does not meet requirements of the solicitation, and thus, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is unawardable. Past Performance The Government will conduct a subjective assessment of performance risk based upon the past performance of the offerors as it relates to the probability of successfully performing the PWS requirements. A contractor with no past performance to evaluate will be given a neutral rating (Unknown Confidence). The Government reserves the right to obtain information from sources other than the sources identified by the Offeror (e.g., CPARS, PPIRS) and such information will be used for performance risk assessment, responsibility determination, and best value decision. The Government may consider positive and negative information not mentioned by the Offeror, but found during the course of assessing relevant Past Performance. Evaluation of Past Performance will use the following adjectival ratings to assess confidence: TABLE 2- PAST PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description Substantial Confidence: Based on the offeror's performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence: Based on the offeror's performance record, the Government has an expectation that the offeror will successfully perform the required effort. Limited Confidence: Based on the offeror's performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence: Based on the offeror's performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence: No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. Basis for Award The Government will award the contract to the Offeror that has (1) submitted all of the materials and information required by the RFP, and otherwise has complied with the RFP instructions, and (2) has the best combination of technical capability, past performance, and price that is most advantageous to the Government. The Government reserves the right to make price/technical trade-offs that are in the best interest of the Government. The Offeror whose price/technical/past performance relationship is the most advantageous to the Government will be selected for award amongst all the Offerors IAW FAR 12.602(c). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror 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. (End of Provision) All offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017) with its offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017) applies to this acquisition and there are no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition and the following additional FAR clauses are applicable to this acquisition: 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned small Business Concerns Eligible Under the Women-Owned Small Business Program. (Dec 2015) (15 U.S.C. 637(m)) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.227-14, Rights in Data - General (May 2014) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.252-2, Clauses Incorporated by Reference (Feb 1998) The Following Agriculture Acquisition Regulation (AGAR) clauses and provisions are applicable to this acquisition: 452.204-70 Inquiries. INQUIRIES (FEB 1988) Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award. (End of provision) 452.219-70 Size Standard and NAICS Code Information. SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001) The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: Contract line item(s): All -- NAICS Code 541611 -- Size Standard $15,000,000.00 (End of provision) 452.246-70 Inspection and Acceptance Alternate I. INSPECTION AND ACCEPTANCE (FEB 1988) (a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection will be performed at: 3833 S Development Ave Boise ID, 83705 by Lisa Elenz. (c) Acceptance will be performed at: 3833 S Development Ave Bldg 410B Boise ID, 83705 by Tanya E. Arnberger, Contracting Officer. (End of clause) All offers must be received no later than 11:59pm MT August 21, 2017. All offers must be submitted via Email to TEARNBERGER@fs.fed.us. Only offers received in the Contracting Officers Email Inbox by the indicated date and time above will be considered for award. For any questions regarding this synopsis/solicitation please contact Tanya E. Arnberger, Contracting Officer, Forest Service, Incident Support Branch at TEARNBERGER@fs.fed.us Initial questions must be received by 11:59pm MT August 15, 2017. Answers to initial question will be posted no later than 11:59pm MT August 16, 2017. Any additional questions after the initial question and answer period must be received no later than 11:59pm MT August 17, 2017. Answers to any final questions will be posted no later than 11:59pm MT August 18, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/024B/AG-024B-S-17-0024/listing.html)
 
Record
SN04624624-W 20170813/170811231727-139afeded02e1138f4494b27f2415d9b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.