Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOLICITATION NOTICE

R -- System Engineering Teamwork Coaching Services - Contract Data Requirements List - Performance Work Statement

Notice Date
7/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN18Q02GX
 
Archive Date
8/22/2018
 
Point of Contact
Howard Kane, Phone: 9737247476, Elizabeth A. Horak, Phone: 9737245369
 
E-Mail Address
howard.kane.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil
(howard.kane.civ@mail.mil, elizabeth.a.horak2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Contract Data Requirements List This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation. Quotations are being requested and a written solicitation will not be issued. A firm fixed price purchase order is anticipated. Quotations must reference no. W15QKN-18-Q-02GX. The NAICS code is 611430. The Government has a requirement for support to create a cohesive, collaborative and we-functioning management team. In accordance with FAR 37.104-(a) Personal Services Contracts, the subsequent purchase order is not considered to be a personal service. Description: The US Army Contracting Command New Jersey (ACC-NJ) on behalf of the United States Army Armaments, Research, Development and Engineering Center (ARDEC), Systems Engineering Directorate (SED), Picatinny Arsenal, NJ 07806-5000 is seeking support to create a cohesive management team with a shared path forward. The contractor will serve as a meeting facilitator and be able to improve collaboration to work more effectively. Several onsite meetings and evaluations of the management team will be required onsite at Picatinny Arsenal. The contractor shall supply reports to the Competency Director at the conclusion of each meeting. See attached Performance Work Statement for specific requirements. Instructions to Offeror's - Commercial Items applies to this acquisition. Respondents are advised to include the following with their quotations: A completed copy of provision 52.212-3, Offeror Representations and Certifications - Commercial Items; The following clauses apply to this acquisition; FAR 52.212-4, Contract Terms and conditions - Commercial Items (Jan 17) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items (Jan 18) FAR 52.222-50 Combating Trafficking in Persons (Mar 15) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 14) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 15) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 13) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) FAR 52.233-3 Protest after Award (Aug 96) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 13) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 92) DFARS 252.225-7048 Export-Controlled Items (Jun 13) The reference Provisions and Clauses can be found in full text at the following websites: http://farsite.hill.af.mil. Respondents must be registered in the System for Award Management (SAM) in order to be awarded a contract in response to this solicitation. FAR 16.505(b) Lowest Priced Technically Acceptable Evaluation Criteria - System Engineering Teamwork Coaching Services 1.0 Basis for Award The Government's selection for Call Order awardee will be made on the basis of the lowest priced quote meeting or exceeding the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, lowest price technically acceptable (LPTA) source selection process. The Call Order will be awarded to the offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for contractor responsibility at FAR 9.104-1, and whose proposal conforms to all of the solicitation's requirements (including stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable. 2.0 Evaluation Factors & Evaluation Approach All proposals will be evaluated in a fair and consistent manner. All proposals will be subject to evaluation by a team of Government personnel. The offeror whose proposal is determined to provide the lowest priced proposal that meets the acceptability standards for non-cost factors will be awarded the Call Order. The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low priced when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. The Government reserves the right to award based on initial proposals. The Government intends to evaluate proposals and award the Call Order without discussions with the offerors (except clarifications as described in FAR 15.306). However, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be in the best interest of the Government. The Government will evaluate each proposal and the Contracting Officer will assess the results of the following Factors, listed below: Factor 1 - Technical Factor 2 - Price The proposals will be evaluated based on the criteria established in the solicitation as follows: 1. In order to achieve an ACCEPTABLE rating in the Technical Factor, the Offeror's proposal must clearly meet the following minimum requirements: a. The Offeror's proposal shall demonstrate a thorough understanding of the requirements as defined in the Performance Work Statement (PWS) to provide Systems Engineering Teamwork Coaching Services and facilitate collaboration in SED's (Systems Engineering Directorate) management team. b. The Offeror's proposal shall provide personnel qualification criteria that the Offeror used when selecting the individuals who will perform the service support. c. The Offeror's proposal shall include the history of recent prior consulting work (in the past 5 years) of the nature described in the PWS to include results that document the effectiveness of the prior consulting work. d. The Offeror's proposal shall include a summary of the methods used for achieving the goals required by the PWS of: i. Enhancing the understanding of team member and group dynamics; ii. Improving communications across teams; iii. Improving collaboration to work more effectively; iv. Development of a shared path forward. 2. RATING: The rating for the Technical Factor will be expressed as an adjectival assessment of ACCEPTABLE or UNACCEPTABLE. ADJECTIVAL RATINGDEFINITION ACCEPTABLE - Proposal clearly meets the minimum requirements of the solicitation. UNACCEPTABLE - Proposal does not clearly meet the minimum requirements of the solicitation. Factor 2 - Price 1. The Total Evaluated Price is the total price proposed for the Call Order. The Total Evaluated Price will be evaluated for reasonableness in accordance with FAR 15.404(b). Price will not be scored. 2. Adequate competition is anticipated for this award. However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis IAW FAR 15.404-1(c). In instances when only one offer is received and the quote is under $750,000, cost or pricing data is not required to be certified by the offeror. Cost or Pricing Data or Other that certified cost or pricing data shall be provided upon request IAW FAR 15.403. This information will be evaluated for magnitude and reasonableness and may be adjusted from a technical and cost perspective using cost analysis to determine the most probably cost to the Government. Offerors shall utilize a Microsoft Excel file format with formulas intact when submitting their Price/Cost quote (FAR 15.403-5(b)(1)). 3. Price/Cost Inconsistencies: A proposal is presumed to represent an Offeror's best effort to respond to the solicitation. Each initial proposal should contain the Offeror's best terms for award for this Call Order. Any inconsistencies in performance or price should be explained in the proposal. Any significant inconsistencies, if unexplained, rase a fundamental issue of the Offeror's understanding of the nature and scope of the work required and its financial ability to perform the Call Order, and may be grounds for rejection of the proposal. Primary Point of Contact: Howard Kane Contract Specialist howard.kane.civ@mail.mil Phone: (973) 724-7476 Contracting Office Address: Building 9 Phipps Rd Picatinny Arsenal, New Jersey 07806-5000 United States Place of Contract Performance: Picatinny Arsenal, NJ United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a50cd1081bbbe1cdf4fc3a7d20071428)
 
Record
SN05005120-W 20180726/180724231227-a50cd1081bbbe1cdf4fc3a7d20071428 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.