SOLICITATION NOTICE
R -- Amendment 01: Zutendaal Army Prepositioned Stock (APS)-2 Warehouse 50035
- Notice Date
- 8/17/2022 7:39:30 AM
- Notice Type
- Solicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
- ZIP Code
- 35806-0000
- Solicitation Number
- PANHES-22-P-0000003948
- Response Due
- 8/22/2022 2:00:00 PM
- Archive Date
- 09/06/2022
- Point of Contact
- Jeffrey Roberts, Phone: 2568951350, Tracey Neal, Phone: 2568951508
- E-Mail Address
-
jeffrey.c.roberts@usace.army.mil, tracey.neal@usace.army.mil
(jeffrey.c.roberts@usace.army.mil, tracey.neal@usace.army.mil)
- Description
- **NOTE:� This solicitation is reserved ONLY for companies located in Belgium IAW the Belgium SOFA agreement and MOU.� Proposals received from companies residing in any other location will not be evaluated or considered.** This is�Amendment 01 REQUEST FOR PROPOSAL, Initial Outfitting and Transition (IO&T) Services, Zutendaal APS-2 Warehouse 50035, Zutendaal, Belgium. It is the policy of the Huntsville Engineering and Support Center to ensure all MATOC Awardees receive fair opportunity for competition of task orders in accordance with current regulation and guidance. A single task order award will be executed as a result of this RFP. The Government intends to award a task order without discussions based on initial proposal received; therefore, the proposal shall contain the Offeror�s best value from a price and non-price standpoint. However, the Government reserves the right to conduct discussions, if necessary. Your attention is called to FAR Subpart 9.5, Organizational and Conflicts of Interest (OCI). Specifically, an actual or perceived unequal access to information, biased ground rules, or impaired objectivity OCI(s). Any offeror with an actual or perceived OCI is to submit a mitigation plan with the proposal responsive to this solicitation. Additionally, due to the requirement that the contractor make equipment, material, and parts purchases and the possibility that these may be available through the prime contractor or its subcontractors, a conflict of interest does exist as seen by the Contracting Officer. Neither the prime contractor nor its subcontractors may participate as an offeror, subcontractor, or consultant on any procurement of equipment, material, or parts conducted by the prime Contractor or its subcontractors under this task order. When applicable, a mitigation plan addressing this�conflict of interest must be submitted as well. The OCI is a responsibility determination conducted by the Contracting Officer and not an evaluation factor. It shall be noted that offerors may reasonably expect the potential for the following changes on any subsequent task order contract: Delays in construction/renovation/alteration schedule. Reasonable increases or decreased in the number of equipment items to be purchased. This is strictly for the purpose of determining if potential changes are in or out of scope. PROPOSAL INSTRUCTIONS 1. You are requested to submit a firm fixed-price proposal to perform the required services in accordance with the attached Performance Work Statement (PWS), Revision 01, dated 15 August 2022� and all attachments*: *Note: Attachment F has been provided/uploaded.� All other Attachments are available upon request. Attachment A Zutendaal APS-2 Warehouse Equipment List - Base Updated Attachment B1_19-0202 USAMMA 50035 - Final All Appendices-7Aug2020 Attachment B2_19-0202 USAMMA 50035 - Final DA-7Aug2020 Attachment B3_19-0202 USAMMA 50035 - Final Drawings-7Aug2020 Attachment B4_19-0202 USAMMA 50035 - Final Spec Dutch-7Aug2020 Attachment B5_19-0202 USAMMA 50035 - Final Spec Eng-7Aug2020 Attachment B6_19-0202 USAMMA 50035 - Final Submittal Register-7Aug2020 Attachment B7_19-0202 USAMMA 50035 - Final Submittal Register-7Aug2020.xlsx Attachment B8_2020.07.23 - 027001 - Options Attachment B9_Excerpt of Assumptions - Sept 2019 Accepted Proposal Attachment C Dulmen APS Warehouse Equipment Move List Rev01 Attachment D Sample Customer Concurrence and Final Release Forms Attachment E Sample Schedule of Values and Invoice Logic Summary Attachment F Zutendaal APS-2 Price Proposal Worksheet Attachment G AAPP-Site Visit Attachment H AAPP-Limited Scope Template Attachment I Memo for Record IOT MATOC Equipment Purchasing Attachment J Army Cybersecurity RMF Contract Requirements Attachment K Army IT CHESS ITES-2S Ordering Guide Attachment L Example Furniture Illustration Sheet Attachment M Hazardous Materials to be Relocated to Zutendaal Attachment N Medical Gas Storage Requirements Attachment O Zutendaal APS-2 Warehouse Equipment List � Option Attachment P Past Performance Questionnaire Attachment Q Compliance with Host Country Rules and Customs RFP Past Performance and Technical/Risk Tables Zutendaal APS-2 Warehouse 50035 2. All elements of the base MATOC III contract will apply to the task order award issued as a result of this RFP. In addition to the clauses listed in the MATOC III base contract, the following additional clauses/provisions shall apply on this solicitation/task order: 52.251-1 Government Supply Sources 52.217-5 Evaluation of Options - Except when it is determined in accordance with FAR 17.206(b) to not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9 Option to Extend the Term of the Contract � The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days before the expiration date of the contractual ordering period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the expiration date of the contractual ordering period. 3. The proposal shall be submitted in accordance with the proposal format described below. All submissions will be protected as procurement sensitive information. To expedite processing of your proposal, we request that you provide the following: � Proposal Signature from Authorized Official that has authority to bind the company in an agreement with the Government. � Price data shall be separate pages from the Technical Capability narrative. The entire proposal shall not exceed 15 pages excluding PPQs, OCI Mitigation Plans, price proposal spreadsheet, personnel certifications/resumes, and cover pages. Excess pages shall be removed from the proposal by the evaluators and will not be considered. All proposal documents shall be formatted on 8 �� x 11� paper using 12-point font, single spaced to include spreadsheets (with appropriate page breaks, headers and footers). The Project Schedule shall be formatted to be legible when printed on 11x17 inch paper and will not count against the page limit. All documents and spreadsheets shall include the Contractor Name, PWS Title, and Date. Ensure your proposal is submitted in PDF format. Spreadsheets shall be submitted as unlocked Microsoft Excel documents. Tables, charts, and graphs are discouraged and will count against established proposal page limits. 4. Please identify the primary and alternate point of contacts (POCs) for this effort. Information shall include the POC names, office telephone numbers, mobile telephone numbers, and e-mail addresses. EVALUATION The Government intends to award a single task order contract to the contractor offering the best value to the government, including price and non-price factors. Technical factors are Schedule, Technical Solution and Key Personnel and Management Approach. Past Performance shall be evaluated as indicated below. Price shall be analyzed for a fair and reasonable price. The Government reserves the right to perform rigorous tradeoff analysis of the highest technically rated, higher priced proposal to analyze and determine whether the benefits of the higher priced proposal shall merit the additional cost. EVALUATION FACTORS In accordance with FAR subpart 16.505, the factors are listed below. Schedule Technical Solution Key Personnel & Management Approach Past Performance Price PAST PERFORMANCE The Government will evaluate past performance IAW FAR 15.305(a)(2)(ii)-Past Performance Evaluation, in terms of relevancy to the performance work statement, quality of previous work provided, and ability to successfully maintain project schedules, dedication to cost containment, customer satisfaction, and compliance with contract requirements. This information may be obtained from the Contractor Performance Assessment Reporting System (CPARS) for contracts where the contractor has not yet completed the contract. Where a contractor has completed a contract, the Government will use the contractor�s performance on any relevant previous contracts to evaluate past performance, in addition to any information the Government may choose to obtain from CPARS. The Government reserves the right to use past performance information obtained from sources other than CPARS or earlier contract performance when evaluating past performance. The Government considers previous performance within the past 5 years of the date of the initial solicitation as recent. Submitted past performance that is not recent will not be evaluated. Projects need not be fully completed to submit for past performance experience. The Government considers previous performance that is similar in size, scope, and complexity as relevant. The contractor may submit up to two (2) PPQs as examples of recent and relevant past performance in the proposal and should include reference names and contact information. Past performance shall be rated in terms of relevance, risk, and level of confidence in the Offeror�s projected performance. The table* below illustrates how the relevancy of past performance will be evaluated. In the case of an offeror without a record of relevant past performance, the offeror may not be rated favorably or unfavorably on past performance. *See uploaded RFP�Past Performance�and Technical/Risk Tables�document for Past Performance Relevancy Ratings table. The Past Performance evaluation will assess the relative risks associated with the Offeror's likelihood of success in performing the solicitation's requirements and delivering high quality products and services as indicated by that Offeror's record of past performance. Further, the Government may base its judgment about the quality of an Offeror�s past performance on (1) records of objective measurements and subjective ratings of specified performance attributes, if available, and (2) statements of opinion about the quality of specific aspects of an Offeror�s performance, or about the quality of an Offeror�s overall performance. The table* below illustrates how past performance risk will be evaluated. In the case of an offeror without a record of relevant past performance, the offeror may not be rated favorably or unfavorably on past performance and will be given a rating of Neutral. *See uploaded RFP Past Performance and Technical/Risk Tables document for Past Performance Risk Ratings table. The table* below illustrates how the level of confidence in the Offeror�s projected performance will be evaluated. In the case of an offeror without a record of past performance, the offeror may not be rated favorably or unfavorably on past performance. *See uploaded RFP Past Performanceand Technical/Risk Tables document for Past Performance Confidence Ratings table. SCHEDULE The Offeror shall describe its process for developing and maintaining a Project Schedule and demonstrate an understanding of the PWS Project Schedule requirements. The IO&T contractor should submit their most realistic schedule and achievable timeframes when submitting proposal. Provide a schedule that meets the milestone dates identified in the PWS. The Offeror�s proposed project schedule shall adequately demonstrate the planned approach to project execution and not consist solely of the Government provided dates. For purposes of the draft schedule assume an award date of 30 September 2022 and a 14-calendar day Government review period of all Contractor deliverables. Upon award, the successful Offeror�s final schedule will be incorporated into the task order. A Synchronization Matrix is not required for this task order.� The schedule development will be evaluated on the overall methodology, the level of detail, and comprehensiveness provided in the proposal. TECHNICAL SOLUTIONThe Offeror shall describe their technical solution and demonstrate its understanding for executing the requirements identified in the PWS. If the Offeror proposes a value-added item or feature, the Offeror is required to explain the value-added nature of the item/feature. The value-added items will be incorporated into the contract if accepted by the government. The technical solution will be evaluated on the overall methodology, the level of detail, and comprehensiveness provided in the proposal using the following combined technical/risk rating. The combined/technical risk rating reflects the degree to which the proposed approach meets or does not meet the minimum technical requirements through an assessment of strengths, weaknesses, significant weaknesses, deficiencies, and risks of the proposal. No award will be made to a contractor whose proposal receives a final combined technical/risk rating of �Marginal� or �Unacceptable�.* *See uploaded RFP�Past Performanceand Technical/Risk Tables document for Combined Technical/Risk Ratings table. KEY PERSONNEL & MANAGEMENT APPROACH The Offeror shall describe in narrative form each of its key personnel to be used on this task order, their areas of responsibility, their relationship with the management structure, and�experience in performing IO&T Services relevant to the effort described in the PWS. The Offeror shall submit resumes which clearly indicate that all key personnel meet or exceed minimum qualifications as outlined in the base contract. The Offeror shall provide a description of the approach to managing staffing used to facilitate technical management of this task order integral with the execution of tasks as described in the PWS and the Offeror�s proposed schedule. Approach should demonstrate a methodology that ensures effective, efficient, and timely completion of this effort. The Offeror shall describe its approach to Risk Management and demonstrate its knowledge and understanding of managing risks associated with IO&T services as spelled out in the PWS. The approach shall identify known or perceived task order specific risks, challenges, and problems that threaten schedule, budget, quality of services, or other aspects of the project. Risks shall include but not limited to, risks associated with schedule delays and the contractors� mitigation strategy to mitigate the impact of the delays. With each issue specified, the Offeror shall list their proposed solution to mitigate or resolve the risk/challenge/problem. The risks and solutions developed should be grounded upon the Offeror�s accumulated knowledge of performing similar projects in the past. Risks and solutions, at a minimum, shall be provided in a bulletized and/or numbered format. Risk Management approach will be evaluated on the overall technical approach to risk management and mitigation as a best practice and as it applies to addressing this requirement. Upon award, as stated in the PWS, a more detailed risk management plan will be required as a deliverable and shall be based on the approach as stated in the Offeror�s proposal. PRICE The proposed price will be analyzed to determine if it is fair and reasonable. Pricing shall be based on the requirement as specified in the PWS and consistent with rates established in the Basic Contract. The proposed price for all services CLINS ONLY shall be submitted using the Price Proposal Worksheet provided in the enclosed Excel file. The Offeror shall complete all tabs in the Excel file �Zutendaal APS-2 Price Proposal Worksheet.xlsx.� The Offeror shall not exceed the binding maximum allowable labor rates, although lower rates may be proposed. Each task identified must be separately priced using the tabs in the Excel file. Lump sum pricing without breakdowns will be considered a deficiency in the proposal. It is the responsibility of the Contractor to ensure the entire workbook is completed in full and without error. If any one or more of the Task Order Price Proposal Worksheet forms is not completed, it will be considered a deficiency in the proposal. Pricing will not be adjectively rated criterion but will be evaluated for reasonableness in accordance with FAR 15.404-1. OTHER INFORMATION � PRE-PROPOSAL SITE VISIT: An onsite visit is not required. � PRE-PROPOSAL CONFERENCE CALL: A pre-proposal conference call is not required. � POST AWARD KICKOFF MEETING: It is currently expected that a post award kickoff meeting will be held as soon as possible after award. � The Offeror will be required to forward all comments and inquiries regarding this task order via email no later than 4 August 2022 at 11:00am CDT to the contacts provided below. All comments and inquiries will be addressed by the Government and responses distributed to all Offerors via email. � �Funds are presently available for this acquisition.� CONTACTS a. The contractor shall NOT engage into any form of contact with installation personnel/or Installation Department of Public Works (DPW) personnel, nor any U.S. Army Medical Command (MEDCOM), Health Facility Planning Agency (HFPA) or Defense Health Agency (DHA) personnel regarding this requirement prior to submission of proposal and Task Order Award. Any contact regarding the requirements set forth in this RFP shall only occur with the Contracting Officer. Discussions or information obtained via other sources could make you ineligible for award if deemed a Conflict of Interest or a Violation of Procurement Integrity Act. b. Contractor questions and proposal shall be submitted to the following: Tracey Neal, Contract Specialist: tracey.neal@usace.army.mil; 256-895-1508 Jeffrey C. Roberts, Contracting Officer: jeffrey.c.roberts@usace.army.mil; 256-895-1350 PROPOSAL SUBMISSION You are requested to furnish your proposal by electronic transmission no later than 4:00pm CDT, 22 August 2022. All information will be protected as procurement sensitive. If you do not intend to provide a proposal, a negative response is required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4c1aeb298fea4b2ca33e8a784c637baf/view)
- Place of Performance
- Address: Zutendaal, BEL
- Country: BEL
- Country: BEL
- Record
- SN06430606-F 20220819/220817230126 (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 |