Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,2000 PSA#2626

Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000

B -- FACILITATION SERVICES FOR DEVELOPMENT, INPLEMENTATION AND MEASUREMENT OF A STRATEGIC PLAN FOR THE JOINT ACCESSIONS GROUP AND USMEPCOM. SOL DABT23-00-R-1034 DUE 071200 POC Sharon Crady 502-624-8158 and Stephanie Bowman 502-624-8072 E-MAIL: click here to contact the contracting officer via, cradys@ftknox-emh3.army.mil. The Directorate of Contracting at Fort Knox, KY, HQ USMEPCOM, Chicago, IL, and DASD, MPP, have a requirement for Facilitation Services for development, implementation and measurement of shared strategy for the Department of Defense military accessions community. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and is 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. The solicitation number to reference in response to this Request for Proposal (RFP) is DABT23-00-R-1034. This solicitation document and incorporated provisions and clauses are those in effect through FAC 97-16. SIC CODE is 7389($5M). STATEMENT OF WORK (SOW) 1.1 SCOPE OF WORK: Contractor shall furnish personnel, management, equipment and transportation for facilitation services for the development, implementation, and measurement of a strategic plan for (1) the Joint Accession Group and (2) HQs USMEPCOM. The locations for the Joint Accession Group and HQs USMEPCOM are listed at 2.3. 1.2 PERSONNEL: 1.2.1 Project Manager: Contractor shall designate a project manager who shall monitor all work performed under the contract terms. This individual shall act as the point of contact with the Government. Contractor shall provide the name and job title of the project manager, in writing, to the Contracting Officer no later than contract start date. Project manager may work in a dual position (such as facilitator and project manager) provided that this does not cause the contractor's performance to become unacceptable. 1.2.1 Other Personnel: The Contractor shall provide qualified personnel to perform the design, development, management, administrative, and technical work required by this contract. Contractor personnel shall be fluent in speaking, reading, and writing English. Facilitators shall have verifiable credentials that demonstrate the ability to successfully facilitate senior members of the military and civil service. 1.2.2 Facilitator Resumes: Contractor shall provide resumes for all facilitators that will perform work under the terms of this contract with the proposal. DEFINITIONS: 2.1 CONTRACTING OFFICER: A person duly appointed with the authority to enter into and administer contracts on behalf of the Government. This term also applies to the authorized representative of the Contracting Officer acting within the limits of his written authority.2.2 CONTRACT DISCREPANCY REPORT (CDR): A report issued by the Contracting Officer to notify the Contractor of unsatisfactory performance. The Contractor is required to respond, stating the cause of the discrepancy and proposed corrective action to prevent recurrence. 2.3 JOINT ACCESSION GROUP. The military recruiting commands (Army Louisville/Fort Knox KY, Navy Naval Station Activity (NSA) Mid-South/Millington TN, Navy Reserve Recruiting New Orleans LA, Air Force San Antonio/Randolph AFB TX, Marine Corps Marine Corps Base Quantico/Quantico VA, and Coast Guard Arlington VA); the military training bases (Army Norfolk/Fort Monroe VA, Navy North Chicago/Great Lakes IL, Air Force San Antonio/Lackland AFB, Marines Eastern Region Parris Island SC, and Coast Guard Washington DC); Commander USMEPCOM North Chicago/Great Lakes IL; the Service Reserve and Guard representatives (Army Reserves Washington DC, Army Guard Arlington VA, Navy Reserves Washington DC, Air Force Reserves Washington DC, Air National Guard Arlington VA), Air Force Personnel Washington DC, Marine Corps M&RA Quantico VA, Coast Guard Personnel Washington DC; the Defense Manpower Data Center (DMDC) Arlington VA; DASD for Military Personnel Policy Washington DC, and the DASD for Military Personnel Policy, Director Accession Policy (AP) Washington DC. Approximately 25 Personnel. 2.4 OSD PRINCIPAL: Deputy Assistant Secretary of Defense for Force Management Policy and Military Personnel Policy). 2.5 CROSS-SERVICE STAFF ACTION PLANNING GROUP: Approximately 13 selected members; one representative from each Service (Army, Navy, Marine Corps, Air Force and Coast Guard), and one representative from DMDC, USMEPCOM and OSD. 2.6 U.S. MILITARY ENTRANCE PROCESSING COMMAND (USMEPCOM): Major Command responsible for administering the operation of Military Entrance Processing Stations. If a facilitator change is made during the term of the contract, the Contractor shall provide a resume for the new facilitator to the Contracting Officer for review prior to the performance of any work. GOVERNMENT-FURNISHED PROPERTY AND SERVICES: 3.1 The Government will furnish interview and meeting facilities. The Government will also provide audiovisual equipment when requested by the contractor. AV equipment will be coordinated 14 days in advance of the meeting. CONTRACTOR-FURNISHED PROPERTY: 4.1 Contractor shall furnish qualified personnel, materials, supplies, equipment, vehicles, and travel to meet the requirements of this contract except as specified as Government-furnished in Section 3. 4.2 Contractor shall provide view graphs, easel pads, markers and other workshop items. SPECIFIC TASKS: 5.1 STRATEGY DEVELOPMENT: 5.1.1. Contractor shall hold a planning meeting of approximately one or two days with the OASD Principal (Deputy Assistant Secretary of Defense for Force Management Policy, Military Personnel Policy) to develop strategy building methodology, to select interview participants (approximately 20 to 30 from the Joint Accession Group (JAG) and to select a Cross-Service Staff Action Planning Group members (approximately 13 members: two representatives from each Service (Army, Navy, Marine Corps, Air Force and Coast Guard), and one representative from DMDC, USMEPCOM, and OSD) data collection and the strategy building workshop and follow-on work.5.1.2. Contractor shall hold a planning meeting approximately one or two days with the USMEPCOM Commander and Chief of Staff, to develop strategy building methodology, to select interview participants (approximately 20 to 30 from USMEPCOM staff and stakeholders) for data collection, strategy building workshop, and follow-on work. 5.2 DATA COLLECTION: 5.2.1 Contractor shall schedule and shall complete all interviews not later than 60 days after the strategy development meeting with the OASD principal for JAG requirements or with the USMEPCOM Commander and Chief of Staff for HQ USMEPCOM requirements. Contractor may conduct interviews face-to-face at the member's locations or by telephone. Contractor shall indicate in his proposal how data collection/interviews will be conducted and shall include all cost to complete all requirements in his proposal. Locations of the DoD military accession community are listed at paragraph 2.3. 5.2.2 The Contractor shall prepare verbatim transcripts of the interviews. Contractor shall analyze and interpret the data collected and shall prepare a data feedback report (to include, but not limited to, scenarios (composite descriptions), draft strategies and/or objectives, assumptions, challenges and road blocks based on the interview data) to the Contracting Officer NLT 21 days after the last interview is completed. 5.2.3 Feedback Data Report. 5.2.3.1. Contractor shall schedule and shall conduct a one-day executive coaching session with the OASD principal to review the feedback data report and the strategy building methodology. 5.2.3.2. Contractor shall schedule and shall conduct a one-day executive coaching session with USMEPCOM Commander and Chief of Staff to review the feedback data report and strategy building methodology. 5.3 STRATEGY BUILDING AND STRATEGIC PLANNING: 5.3.1 The Contractor shall prepare and shall facilitate a one or two day strategy building and strategic planning session in the Washington D.C. metropolitan area for the military accession community workshop group quarterly, or as otherwise directed by the Contracting Officer. 5.3.2 The Contractor shall prepare and shall facilitate a one or two day strategy building and strategic planning session in the Chicago metropolitan area for HQ USMEPCOM workshop group quarterly, or as otherwise directed by the Contracting Officer. 5.3.3 Strategy building and planning sessions shall include copies of the interview transcripts and the summary/feedback report for each workgroup participant. DELIVERABLES: 1 copy of the following will be required with this contract in written format. 1.2.1 Designation of Project Manager NLT: upon start date of contract, Frequency: Initially and upon change. 1.2.2 Facilitator Resumes, NLT: with Contractor's Proposal, Frequency: Initially and upon change. 5.2.2 Feedback Data Report, NLT: 21 Days after last interview, Frequency: As required. END OF SOW. This requirement contains three(3) CLINS (base year and 2 option year periods) for the purpose of issuing a firm fixed price contract for Facilitation Services for development, implementation and measurement of shared strategy for the Joint Accessions Group: CLIN 0001 Monthly Fee for Facilitation Services during the period from date of award to 30 November 2000; CLIN 1001 Monthly Feefor Facilitation Services during the period of 1 December 2000 through 30 November 2001; CLN 2001 Monthly Fee for Facilitation Services for the period of 1 December 2001 through 30 November 2002. CLAUSES: FAR 52.212 1, Instructions to Offeror-Commercial Items (Mar 2000) applies to this solicitation. FAR 52.212-2 Evaluation-Commercial items is included in this solicitation. The Government intends to award a contract to the responsive/responsible Offeror whose offer conforming to the solicitation will be the most advantageous to the Government, technical and price related factors specified in this solicitation will be considered pursuant to FAR 52.212-2, Evaluation-Commercial Items. The Government reserves the right to award a contract to other than the lowest price Offeror if that Offeror does not meet the technical requirements contained herein. The technical factors consist of past performance and comprehension of the requirement. Past performance is defined as a subjective judgement about the quality of a firm's historical performance. This judgement may be based on records of objective attributes, if available. It may be based on statement of opinion about the quality of specific aspects of the firm's performance. These statements may be obtained form the firm's customers, business associates, government agencies and from other knowledgeable persons and organizations. If an Offeror does not have relevant past performance relating to the solicitation, the Offeror will not be evaluated favorably or unfavorably on this factor; they will receive a neutral performance rating. Comprehension of the requirement is defined as the soundness of the offeror's understanding of the of the technical requirements of the proposed contract along with the staffing level and mix to perform the requirement of the proposed contract. Price will not be scored, but the closer the final evaluated technical scores of the acceptable offers are to one another, the greater shall be the importance of price factors in making the award determination. Offerors may be asked, at the discretion of the Government, to provide additional information for clarification. FAR 52.213-3 Offeror Representations and Certifications with Its Offer applies to this solicitation. A completed signed copy of this provision shall be submitted with any proposal (copies of FAR 52.212-3 are available at www.arnet.gov/far or upon request from this contracting office). FAR 52.212-4, Contract Terms and Conditions (May 1999) applies to this solicitation. The following clauses cited in FAR 52.212-5 are applicable to this solicitation: FAR 52.230-6 Restrictions on Subcontractor Sales to the Government with Alternate I (41 U.S.C. 253q and 10 U.S.C. 2402, FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38. U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1 Buy American Act Supplies (41 U.S.C. 10), FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332). This solicitation incorporates the following clauses by reference: FAR 52.217-8 Option To Extend Services (Nov 1999), FAR 52.217-9 Option to Extend The Term Of The Contract (Mar 2000), DFAR 252.204-7004 Required Central Contractor Registration (Mar 2000) Contractors must be registered in Central Contractor Registration (CCR) prior to receiving any contract award. You can register in CCR via the Internet at www.ccr2000.com or call CCR Customer Service at 1-888-227-2423. INSTRUCTIONS: All proposals MUST contain the solicitation number, offerors name, address, telephone number, facsimile number, e-mail address (if applicable), point of contact, any prompt payment discount terms offered, DUNS (Dun and Bradstreet) number, and CAGE Code. Offerors must submit a technical proposal containing methodology, field work and past performance, to include contracts for same or similar services, which demonstrates the ability to meet the technical requirements of the proposed contract and pricing directly correlating to the CLINS contained herein. Two copies of the proposal is required. Proposals are due by 12 July 2000 NLT 2:00PM by mail to: Directorate of Contracting, Bldg. 4022, ATTN: ATZK-DC, Fort Knox, KY 40121-5000. No Facsimile copies of proposals will be accepted. Posted 06/19/00 (W-SN466151). (0171)

Loren Data Corp. http://www.ld.com (SYN# 0012 20000621\B-0006.SOL)


B - Special Studies and Analyses - Not R&D Index Page