Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

R -- Technical Support Services

Notice Date
12/2/2019 9:20:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04020P60892Y00
 
Response Due
12/12/2019 9:00:00 AM
 
Archive Date
12/13/2019
 
Point of Contact
Shannon Carter, Phone: 4107626503
 
E-Mail Address
shannon.r.carter@uscg.mil
(shannon.r.carter@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.Solicitation number 2120400Y6160A46001 applies, and is issued as a Request for Quotation.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 (AUG 2019).This procurement is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 541618 and the business size standard is $15.0 million dollars. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _December 12, 2019_, at _12_ p.m. Eastern Standard Time.ITEM 0001 - Contractor technical support for the Industrial Project Management System (IPMS), which mainly utilizes Primavera P6 EPPM V16.2 or latest edition of P6 as its Project Management tool. IAW below SOW. Base Year with two (2) Option YearsPRICING: 1 JOB $­­­­­­­­­­­­­­­­­­­­­­__________________ITEM 0002 - Option Year One (1) IAW SOWPRICING: 1 JOB $­­­­­­­­­­­­­­­­­­­­­­__________________ITEM 0003 - Option Year Two (2) IAW SOWPRICING: 1 JOB $­­­­­­­­­­­­­­­­­­­­­­__________________STATEMENT OF WORKSCOPE. The purpose of this Statement of Work is to obtain CG YARD Contractor technical support for the Depot Management System (DPOMS), which mainly utilizes Primavera P6 EPPM V16.2 or latest edition of P6 as its Project Management tool. 2.0 BACKGROUND. The goal of the DPOMS project is to identify and pursue development of a standardized suite of IT tools to be used by the Depot-level Maintenance Activities within CG-4 (SFLC-IOD, CG YARD, ALC). This standardized suite would eliminate redundancies within the Depots and would provide measurable progress toward Data Center Consolidation, ITMRA compliance, and the Logistics Bridging Strategy. The genesis of this project began as a study to identify a timekeeping system for the Coast Guard Yard to replace its aging, non-enterprise software. That analysis (CG Yard Requirements Analysis) brought to light the other complexities within the CG Yard business (NESSS, Tool Room, Job Costing) that was unable to be solved with SFLC-Industrial Operations Division (IOD) current application of Primavera P6. A cursory investigation into ALC's instance of the Primavera Project Management tool, their business needs and vision led to the need for this Project. A prototype system was developed for Depot Management and was successfully tested for minimum project management use. The prototype system utilized Primavera P6 EPPM V8.3 and now has been updated to V16.2. Currently the SFLC IOD and CG YARD are utilizing Primavera P6 in a production environment to conduct operations, while continued development and financial integration is still needed. The Coast Guard Yard and IOD do not have the in-house expertise on Primavera P6 EPPM and also face severe workload bandwidth issues. The Coast Guard Yard and IOD of the Surface Forces Logistics Command (SFLC) needs short to midterm external, flexible capability and capacity to support Primavera P6’s implementation and use in DPOMS. The Coast Guard Yard and IOD would greatly benefit by having a consultant on retainer to assist with the demands of Primavera P6’s development and implementation. 2.1 Performance Period: The performance period for this requirement includes one base year and two option years. The base year period of this requirements contract will begin on date of award for twelve months thereafter. The first year option period, if exercised by the Government, is a twelve-month period that will occur consecutively following the base year. The second year option period, if exercised by the Government, is a twelve-month period that will occur consecutively following the first option period.3.0 CONTRACTOR PERSONNEL.3.0.1 Qualified Personnel. The Contractor shall provide personnel qualified in the Out of Box (OOB) functionality, configuration, integration, installation, testing, training, and deployment of the commercial-off-the-shelf (COTS) Oracle’s Primavera P6 Enterprise Project Portfolio Management. Contractor must be current and proficient to the latest generation of both EPPM and Client based P6.4.0 REQUIREMENTS.4.0.1 The Coast Guard’s goal is to utilize the DPOMS functionality including the Out of Box (OOB) functionality of Primavera P6 EPPM to manage the Coast Guards Yards and IOD’s business. The Coast Guard does not want to customize or manipulate any data exports from P6 for reporting proposes, but would prefer to use all OOB reporting functions. Contractor shall provide implementation strategies that maximize the use of OOB functionality. 4.0.2 General reporting requirements: The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation. Electronic files shall be capable of being opened using MS Word, MS Excel, or PDF software.4.1 This statement of work is to provide support for four (4) primary objectives:To develop a core understanding of our business environment and operating parametersTo assess and evaluate the current implementation of Primavera P6 within the Coast Guard Yard and IOD.To develop recommendations for improved utilization of Primavera P6 to include all phases of Project Management (Initiation, Planning, Execution, Control & Monitoring, and Close out). To assist in the development of Primavera P6 job and training aids.4.1.1 SME SERVICES.Provide SME advisor/consultant services in working with Coast Guard Yard and IOD in the development of the project management portion of the new application. Review and provide recommendations on configuration options and reporting structures, calendar functions, resources, etc.The contractor will work with the Coast Guard Contracting Officer’s Representative (COR). The COR will identify a project leader for each task established.For each task established, the COR will provide specific objectives and deliverables.Develop recommendations, with a business case, for executing task objectives which may include designing, training, implementing and coaching recommended improvements. The business case will include:Discussion of the rationale behind the recommendations.Estimated improvements in P6 capabilities, standardization, etc.improvements in the field level operations, reduction in administrative process times and other costs/burdens.Impact on quality of system data accuracy.Provide deliverables outlined in task statement.The contractor shall be provided with data and assistance to obtain relevant data as needed from Coast Guard information systems such as Primavera P6, process guides, desk guides and other sources. 4.1.2 BUSINESS PROCESS REENGINEERING (BPR).Provide support for the implementation of Primavera P6 at the Coast Guard Yard in Baltimore, MD and IOD in Norfolk, VA. (Example: What P6 functionality should we use and implement for Coast Guard Yard business?)4.1.4 TRAINING. Provide Coast Guard Yard and IOD personal with P6 training to enable them to, create and/or utilize some of the following:Create detailed schedulesTrack and manage schedules to include all forms of trace logic, predecessors, successors and constraint managementFloat managementIntegrated Schedule Management (create/track/manage IMS)Forecast (Summary Schedules)Dashboard capabilities and reportsEarned Value Management (EVM) capabilitiesRisk feature“What If” scenariosChange Control ProcessBaseline managementAssist with Training effort and “Change Management” at the Coast Guard Yard and IOD for Primavera P6 EPPM implementation.4.1.5 KNOWLEDGE TRANSFER.The Contractor shall provide continuous knowledge transfer for all tasks involving Primavera P6 EPPM.4.2 TRIP REPORTS.Trip reports highlighting a brief summary of all travel in support of this effort shall be provided to the COR and KO, by electronic media not more than ten business days after conclusion of the trip. The report shall contain purpose, destination and point of contact, length of visit, findings and recommendations resulting from the trip.4.3 KICK-OFF MEETING.The Contractor shall attend a one-hour Kick-Off Meeting with the Contracting Officer and the COR no later than 7 business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of this order and review the Contractor's project plan. The goal of the meeting is that both Contractor and Government have a level of understanding of the project details sufficient to allow product configuration to begin immediately. The Kick-Off Meeting may be held at the Government’s facility or via teleconference. 4.4 PROJECT STATUS4.4.1 Status meetings. Contractor personnel shall be available to meet with the COR upon request to present deliverables, discuss status, exchange information, and resolve emergent technical problems and issues. These meetings may take place at the Government’s facility.The closing date and time for receipt of quote is 12 December 2019 @ 12:00 P.M. (EST). Quotes must be emailed to Shannon.R.Carter @uscg.mil. Pricing shall be submitted as ONE (1) JOB, LUMP SUM PRICING.Security Requirements: The U. S. Coast Guard Yard, Baltimore, Md is a controlled access area. All contractors and subcontractors performing work on this contract shall utilize the RAPIDGate program. RapidGate manages a non-Common Access Credential (CAC) eligible vendor/contractor companies and their employees who require access to Coast Guard Yard, Baltimore. Vendor/Contractor CAC eligibility has been restricted to only those who require physical access to Coast Guard Yard and logical access to a DOD or DHS network or system.All personnel shall receive visitor’s passes and clearance from USCG Coast Guard Security located at the main gate. List of personnel needing access shall be provided to the COR twenty-four (24) hours prior to requiring access. Personnel will be required to provide full name, picture I.D. (valid driver’s license preferred), and date of birth. For non US citizen’s, a passport will be required. The following forms of IDS are authorized:-CAC - Foreign Passport containing appropriate visas-TWIC - Green Cards- Passort - MOST state IDsThe following state IDs will not be accepted-Maine - Missouri*-Minnesota - Washington*-Montana*Enhanced Driver’s Licenses (EDL) from Missouri and Washington will be accepted.*PLEASE ENSURE THAT YOUR COMPANY DUNS IS PRINTED ON YOUR QUOTATION AND YOUR COMPANY’S WWW.SAM.GOV REGISTRATION IS CURRENT/ACTIVE/UP TO DATE*Place of Performance is: USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018). 1. Parties responding to this solicitation may submit their offer, AFTER SITE VISIT, in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. Offerors shall submit one relevant past performance history including: contract number, point of contact and the contact information.g) Offerors shall agree to the deliver condition that the vendor shall start the performance on Wednesday, January 1, 2020.Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in SAM, verification by the applicable vendor is needed to evidence that the record is current and valid.52.212-2 Evaluation-Commercial Items (OCT 2014). -This is a commercial service acquisition. Award will be lowest price technically acceptable. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable cost. The evaluation and award procedures in FAR 13.106 apply.FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018). The following clauses listed in 52.212-5 are incorporated:52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282)(31 U.S.C. 6101 note).52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)52.219-13, Notice of Set-Aside Orders (Nov 2011)52.219-28, Post Award Small Business Program Representation (Jul 2013)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) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) (29 U.S.C. 793)52.222-50, Combating Trafficking in Persons (March 2015)52.223-18, Contractor Policy 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).52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Aug 2018) (41 U.S.C. 351, et seq.).52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts).52.233-3 Protest after award (Aug. 1996.)52.233-4 Applicable Law for Breach of Contract Chain (Oct.2010).Defense Priorities and Allocations System (DPAS): N/AQUOTES ARE DUE BY 12:00 NOON EST on 12/12/19. Quotes emailed to Shannon.R.Carter @uscg.mil. POC is Shannon Carter, Procurement Agent, 410-762-6503.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/88d5e884b04d406885e24fe81a41f6ff/view)
 
Place of Performance
Address: 21350, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN05506310-F 20191204/191204045509 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.