SOLICITATION NOTICE
R -- Continuous Process Improvement/Lean Six Sigma
- Notice Date
- 5/14/2020 8:29:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- DCSO RICHMOND RICHMOND VA 23297-5441 USA
- ZIP Code
- 23297-5441
- Solicitation Number
- SP4703-20-R-0002
- Response Due
- 6/5/2020 2:00:00 PM
- Archive Date
- 06/20/2020
- Point of Contact
- Thomas J. Walsh, Phone: 8042792311, Bruce B. Stouffer
- E-Mail Address
-
thomas.j.walsh@dla.mil, bruce.stouffer@dla.mil
(thomas.j.walsh@dla.mil, bruce.stouffer@dla.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Amendment 00004� The purpose of Amendment 00004 is to revise RFP SP4703-20-R-0002 in the following areas: 1. Page 80, Updated the CPI Expert's Experience under Key Personnel to: ""Must have Advanced CPI expertise, to include at least five (5) years of certified LSS MBB, and prefer supplemntal training as a HCD Design Expert, Lean Sensei, or Scrum Master (non-software development). Experience must demonstrate the completion of strategic level projects with significant measure results. Training experience type will be specified at the task order level PWS. Must have at least three (3) years coaching candidates, and Federal Government Senior Leaders (FLag Rank Officers and Senior Executive Services). Must be able to secure a CAC and DLA Systems Access on first date of work."" 2. Page 4, Section 1.1 Brief Description of the Requirement under Description of Agreement. Corrected the day listed before the wording ""June 5"" to be ""Friday"" versus ""Thursday."" RFP SP4703-20-R-0002 05-14-20 is hereby amended and the amended copy supersedes the original RFP.� All other terms and conditions remain the same. End Amendment 00003 The purpose of Amendment 00003 is�to answer initial questions. Please�read�the following: 1. On page 77 it states that, ""At a minimum, for any key personnel who do not currently work for the vendor /sub vendor the vendor must provide documentary evidence of the individual's availability to support these requirements in the form of a signed ""letter of intent"" with an agreed upon start date and salary.� As a standard business practice for organizations, salary information is treated as proprietary information and is negotiated as part of a contingent offer letter. Further, start date is dependent on the contract award date and negotiated post-award. Will the government consider removing the requirement for salary and start date to be included as part of the �letter of intent� and in lieu of this information, accept a statement in the �letter of intent� that verifies that a salary and contingent start date has been negotiated with the key personnel candidate? GOVERNMENT RESPONSE: The Government does not need to see the specific salary, but we do want to know that the salary has been negotiated/set (no surprises).� Also, we need to know that the person will be available to work on the contract, so we need to know a start date that is within two weeks of the projected contract start date of September 26, 2020. 2. On page 79 it states that the Program Manager and Lean Six Sigma Master Black Belt (MBB) must have ��five (5) years of certified PM experience��. Please clarify that vendors are only required to provide a narrative demonstrating specific PM experience and that PM candidates are not required to possess a Project Management Professional (PMP) / Program Management (PMP) certification or equal DAWIA certification, as MBB certification requires experience in project management and leadership GOVERNMENT RESPONSE:� PMP is preferred and a better demonstration of experience and would be weighted heavier than PM experience alone. 3. On page 80 of the RFP it states that CPI Experts �Must have Advanced CPI expertise, to include at least five (5) years of certified LSS MBB, HCD Design Expert, Lean Sensei and/or Scrum Master experience including the completion of strategic level projects with measurable results.� There is a notable difference between requirements for obtaining LSS MBB certification and Scrum Master certification. For example, LSS MBB certification requires project leadership across the lifecycle following extensive CPI training; however, Scrum Master certification only requires two days of training, not associated with process improvement, and passing an exam.� Allowing Scrum Master certification as an alternative to LSS MBB or Lean Sensei increases the risk of DLA receiving personnel who do not bring the requisite CPI/LSS capabilities to support highly advanced CPI requirements. GOVERNMENT RESPONSE:� We are seeking certified LSS MBB experience and certification and the other methodologies as add-ons.� The sentence should read: �Must have Advanced CPI expertise, to include at least five (5) years of certified LSS MBB, and prefer supplemental training as a HCD Design Expert, Lean Sensei, or Scrum Master (non-software development).� Experience must demonstrate the completion of strategic level projects with significant measurable results.� 4. Page 4 identifies six geographically dispersed DLA locations where work may be performed. We understand that the location will typically be identified in individual task orders; however, for the IDIQ, vendors must provide resumes for ten key personnel without the benefit of a task order to identify where they will be located. For the IDIQ key personnel, please clarify that all will be located at DLA Headquarters in Ft. Belvoir, or identify which key personnel positions will be located at what place of performance. This is necessary to ensure that offerors have identified candidates at appropriate locations so substitutions will not be necessary. GOVERNMENT RESPONSE:� For the initial task order(s), we anticipate one (1) MBB at DLA Aviation, all other positions at DLA HQ.� Additional locations may occur in later task orders. All other terms and conditions remain the same. End Amendment 00002 The purpose of Amendment 00002 is clarify the following: The first Amendment posted on May 6, 2020 did not reference an Amendment number and had the incorrect RFP#. The purpose of Amendment 00002 is to correct the RFP# to SP4703-20-R-0002 and to clarify that the first posting is Amendment 00001. Solicitation SP4703-20-R-0002 will close at 5:00 PM on Friday, June 5, 2020 ET.� All other terms and conditions remain the same. End This is an amendment to�SP703-20-R-0002. The close date is Friday�June 5, 2020. All other terms remain the same.� RFP SP4703-20-R-0002 is issued as a combined synopsis/solicitation to obtain vendor support for Continuous Process Improvement (CPI) in accordance with the format in FAR 15 Contracting by Negotiation and FAR 19.805-1 Competitive 8(a). The support will be coordinated through the headquarters (HQ) of Defense Logistics Agency (DLA) Continuous Process Improvement (CPI) Program Management Office (PMO). The Government intends to improve the support delivered to the Agency and its customers, engage leadership, deliver on high-level/visibility projects, improve audit-ability readiness and sustainment, improve risk posture, and ensure organic� resources and candidates are coached to develop a culture of problem solvers. This announcement constitutes the only solicitation; quotes are being requested, and a separate solicitation will not be issued. As a result of this combined synopsis/solicitation, a single indefinite delivery/indefinite quantity (IDIQ) award will be issued for these services. The North American Industry Classification System (NAICS) Code is 541611. The small business size standard is $16,500,000.00. This acquisition is 8(a) Competitive. In response to this RFP, the offeror shall prepare a detailed IDIQ proposal for meeting all stated requirements in the RFP and the PWS. The period of performance is one 12-month base period plus four 12-month option periods from 26 September 2020 � 25 September 2025. Questions are due no later than 5:00pm EST May 19th, 2020. RFP SP4703-20-R-0002 closes at 5:00pm EST June 5th, 2020. Please fill out the attached ROM spreadsheet to provide pricing. Please provide the Past Performance Questionnaire to the appropriate party. Please see PWS (attached to RFP SP4703-20-R-0002) for further details.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5d443fea0d514f9caa977dfe8ba85fdd/view)
- Place of Performance
- Address: Fort Belvoir, VA, USA
- Country: USA
- Country: USA
- Record
- SN05657525-F 20200516/200514230154 (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 |