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