Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2006 FBO #1726
SOLICITATION NOTICE

R -- The Supply Assistance Accountability and Instruction Team for the Florida Army National Guard will assess property accountability, provide technical assistance and instruction and promote adherence to supply procedures

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN06R0008
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as 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. Objective The objective of this contract is to provide a Supply Assistance Accountability and Instruction Team (SAAIT) for the Florida Army National Guard (FLARNG). The SAAIT team will consist of no less than 5 (Five) personnel, to include one Program Manager II / Team leader, one Program Manager I / Assistant Team Leader, one Program Coordinator / Senior Property Manager, and two Property Book Accountability Managers / Property Managers. The team will assess property accountability, provide technical assistance an d instruction, promote adherence to supply procedures throughout all FLARNG units having a Property Book Account. The team is to provide a model of excellence that will allow units to meet their respective missions through improved property accountability . The team will promote exceptional ethical standards of accountability, strict adherence to standards, consistent conformity in procedures, proper care of equipment and supplies and expert instruction to various supply personnel. Technical Specifications Supply Assistance Accountability and Instruction Team (SAAIT) Performance Work Statement (PWS) Summary Worksheet Contract Objective: Provide a team of 5 personnel consisting of one Program Manager II / Team leader, one Program Manager I / Assistant Team Leader, one Program Coordinator / Senior Property Manager, and two Property Book Accountability Managers / Propert y Managers. The team will assess property accountability, provide technical assistance and instruction, promote adherence to supply procedures throughout all FLARNG units having a Property Book Account. The team is to provide a model of excellence that w ill allow units to meet their respective missions through improved property accountability. The team will promote exceptional ethical standards of accountability, strict adherence to standards, consistent conformity in procedures, proper care of equipment and supplies and expert instruction to various supply personnel. 1.1.1. The mission of the Army National Guard (ARNG) is to provide mission ready units in support of the National Military Strategy. " Our Federal Role: To maintain properly trained and equipped units, available for prompt mobilization for war, national emergency, or as otherwise needed. " Our State Role: To provide trained and disciplined forces for domestic emergencies or as otherwise required by state law. 2. Technical Specifications- Supply Assistance Accountability and Instruction Team: 2.1. The Contractor shall provide all services, management, and personnel, necessary to perform all tasks and functions as defined. This PWS describes a multitude of services required by the USPFO FL for performance of its mission. 2.2. Contractor shall provide the Contracting Officer for approval a management plan to include a contract specific quality control plan not later than 30 days after contract award date to provide Supply Assistance Accountability and Instruction Functions for all Unit/Activity Property Book locations and the State Property Management location within the contract period of performance. Plan shall be provided to the USPFO in one hard copy and 6 electronic copies. Plan derived by the core members of the exis ting SAAIT may be used (furnished after award of contract). 2.3. A monthly status report depicting number of units visited, number of discrepancies found, number corrected and get well dates assigned to all discrepancies not corrected, will be provided to the USPFO NLT the 10th of each month. An annual report depi cting the above information, cumulative for the preceding calendar year will be provided NLT 1 February of each year. 2.4. The following technical specifications are provided to help potential contractors better understand the task environment in which the services will be delivered. The following specifications are required to successfully deliver the required service a nd support contract objectives. The contractor is encouraged to exceed these minimum technical specifications to demonstrate its technical, operational, and administrative expertise in support of customers organizational and departmental objectives. 2.4.1. Program Management: The Contractor shall provide overall management of its personnel at each site. 2.4.1.1. The contractor shall identify property accountability and visibility problem areas, determine required corrective action, assist units/activities in correcting problem areas, and provide information to its respective PBO on the findings of evaluat ions, reports, and summaries. A copy of this report will be electronically provided to the USPFO S&S Division Chief 2.4.1.2. The contractor shall also provide technical evaluation of each unit property book, hand receipts, adjustment documents and other property accountability records. 2.4.2. Data Management 2.4.2.1. The contractor shall assist unit/activity PBOs to input, consolidate, and manage property data provided from their respective unit or activity section. 2.4.2.2. Utilizing this information, the contractor shall report to the Government as to accountability status of, recurring reports, data transfers or other methods as required by the USPFO for FL S&S Division OIC, and S&S Division Property Management Bra nch OIC. 2.4.3. Property Accountability Support-The Contractor will be responsible to provide the following services for the execution of property accountability management and visibility support functions: 2.4.3.1. The contractor shall provide technical evaluation of a property book management, hand receipts, adjustment documents, all accountable records, and other property accountability document issues for the PBO. 2.4.3.2. The contractor shall identify property accountability and visibility problem areas, determine required corrective action and provide information to the PBO on the findings of evaluations, reports, and summaries. 2.4.3.3. Provide on the spot advice and assistance to unit personnel in correcting deficiencies as required by the USPFO for FL S&S Div Chief and/or Property Management Branch Chief. 2.4.3.4. The contractor shall validate system configuration of Secondary Items, Basic Issue Items (BII), Weapons Systems Configuration, Protective Equipment, Communication Equipment, or any other modifications or additions to basic equipment. 2.4.3.5. The contractor will utilize PBUSE to assist unit PBOs who account for and manage Government equipment. The contractor shall report to the USPFO for FL S&S Div Chief as to status of recurring reports, data transfers or other accountability process validation methods as required by the USPFO for FL. 2.4.3.6. The contractor shall assist unit/activity PBOs to maintain property book accountability and supporting documentation for property book items, condition of on-hand items, and location of property assigned to hand receipt holders. The contractor sha ll assist unit/activity PBOs in updating and maintaining receipts for non-expendable property IA W 735-5 Chapter 7, and shall provide printouts of current hand receipts for supported units and activities when requested. 2.4.3.7. The contractor shall assist USPFO S&S Division personnel in developing and updating SAAIT, FNG PAM 710-2-1 and other Standard Operating Procedure (SOP) for hand receipt holders and assist in the dissemination of interim guidance between updates of the various SOPs. 2.4.3.8. The contractor shall conduct classes for units on property accounting procedures IAW AR 735-5, AR 710-2, FNG PAM 710-2-1 and other pertinent/applicable regulations/directives. 2.4.3.9. The contractor shall provide tech nical support for property accountability to include customer assistance, answering questions on property related issues, and resolving discrepancies. 2.4.3.10. The contractor shall assist unit/activity PBOs in providing hand receipt printouts for hand receipt holder (HRH) change, and special inventories to individuals, supported units, and activities. 2.4.3.11. The contractor shall assist unit/activity PBOs in establishing and maintaining a signature card file (DA Form 1687 Delegation of Authority -Receipt for Supplies), to verify that the authorizing (requesting) official that signed the service reques t is the same name shown on an accepted DA Form 1687. 2.4.3.12. The contractor shall generate and submit reports as required/requested to the PBO on equipment status, including but not limited to, delinquent hand receipt holders, and delinquent inventories, issues, receipts, and turn-ins. 2.4.3.13. The contractor shall assist PBOs in ensuring all equipment requests are complete, correct, and have proper approval and authorization. 2.4.3.14. The contractor shall assist unit/activity PBOs in preparing requests for non-standard stock number (Standard Line Management Information System (SLAMIS)), or stock numbers for which no authority exists, which have been approved by the USPFO for F lorida. 2.4.3.15. The contractor shall assist unit/activity PBOs to ensure processing customer receipts for supplies and equipment are accomplished IAW DA PAM 710-2-1, FNG PAM 710-2-1 and other applicable regulations/directives. 2.4.3.16. The contractor shall assist the unit/activity PBO in updating the property book, document register, and supporting document files for non-expendable equipment. 2.4.3.16.1. This includes but is not limited to: Assisting the PBO to ensure the make, model, and serial number on the DA Form 3161; 2765, and SF 120 are correct. The contractor shall assist the PBO to complete DA Form 2062 for components of major end ite ms. The Contractor shall assist PBO to determine property accountability and post to correct hand receipts with proper signatures and documentation. The contractor shall assist the PBO to register all commercial equipment, obtain an Army registration num ber for commercial equipment, and shall maintain issued numbers. 2.4.4. Adjustment Documents 2.4.4.1. The contractor will assist the PBO to prepare and process an Administrative Adjustment Report (DA Form 4949) for minor adjustments required to collect data in the automated property book system. The contractor will assist PBO in submitting propos ed AARs to the USPFO and shall assist unit/activity PBOs to ensure approved adjustment documents are processed into the automated property book system IAW DA PAM 710-2-1 Chapter 4, and FNG Pam 710-2-1. 2.4.4.2. The contractor will assist PBOs to process lateral transfers and temporary loans on DA Form 3161, and document all transfers on the correct hand receipt in the Property Book. 2.4.4.3. The contractor will assist unit/activity PBOs in processing Statements of Charges / Cash Collection Vouchers (DD Form 362) or FPL (DA Form 200) for damaged or lost equipment and updating the property book and applicable supporting files. 2.4.5. Hand Receipts 2.4.5.1. The contractor will assist the unit/activity PBO in the processing of hand receipt transfer requests IAW DA PAM 710-2-1 Chapter 3, and assist the PBO to document all transfers between hand-receipt holders and transfers caused by cross-leveling of equipment within the unit. 2.4.5.2. The contractor will assist unit/activity PBOs in establishing new hand receipt and customer record accounts, update expired accounts, and delete obsolete accounts. The contractor will assist the PBO in verifying and reconciling physical inventor ies with customers, prepare required documentation, process adjustments as necessary. 2.4.6. Turn-in Documents 2.4.6.1. The contractor will assist unit/activity PBOs in processing requests for equipment turn-in, and e nsuring turn-in procedures are followed IAW AR 710-2, FNG 710-2-1 and other applicable regulations/directives. 2.4.6.2. The contractor will assist unit/activity PBOs in completing and submitting Administrative Adjustment Report (DA Form 4949 AAR) necessary to make adjustments to the property book regarding stock numbers, makes, serial numbers and models when there is no actual gain or loss of property. 2.4.7. Inventories 2.4.7.1. The contractor will assist unit/activity PBOs to validate items received against receipt documents. When items received do not match the receipt document (Qty or NSN), the contractor will assist PBO to complete and process DA Form 364 Report of D iscrepancy (ROD) for discrepancies between the receipt document and the item(s) received IAW AR 735-5, and FNG Pam 710-2-1. 2.4.8. Supply Assistance and Instruction Team Visits 2.4.8.1. The contractor will make every effort to ensure all property book accounts are reviewed, unit supply personnel assisted, and asset accountability maintained on a minimum of a three year rotation to a maximum of a five year rotation with emphasis p laced on units mobilizing, demobilizing, and units selected for Command Logistics and Inspector General reviews/inspections. 3. Additional Requirements and Notes: 3.1. A National Agency Check (NAC) is required for the Contractor employee. 3.2. The contractor shall provide a five member team possessing the skills, knowledge, and training to satisfactorily perform the services required by this SOW. Personnel currently contracted and performing SAAIT tasks will be afforded a priority of hire. USPFO for Florida may provide recommendations to the Contractor regarding availability of potential personnel available to support Contractor requirements. Contractor personnel shall be able to understand, read, write, and speak English. 3.3. The Government reserves the right to examine the resume of any employee at any time. The resume shall include education, training (certifications and licenses), and professional work experience directly related to the duties and responsibilities. 3.4. The Contractor shall not employ persons who are identified to the Contractor by the Contracting Officer as potential threats to the health, safety, security, general well being, or operational mission of the deployed site and its population. 3.5. The Government will not provide training, however, will support attendance at logistics workshops to update automated processing functional knowledge. Work will be performed at the following locations throughout the state of Florida during the tenure of the contract: Pinellas Park, St. Petersburg, Miami, Orlando, Panama City, Lakeland, Lake City, Ocala, Homestead, Ft. Lauderdale, Brooksville, Lake Wale s, Camp Blanding, Crystal River, Starke, Live Oak, Daytona Beach, West Palm Beach, Sarasota, Plant City, Tallahassee, MacDill AFB, St. Augustine, Jacksonville, Crestview, Marianna, and Quincey. The FLNG will provide all facilities, utilities, equipment and materials necessary to accomplish the work for on-site employees in the following locations at no cost to contract awardee: Pinellas Park, Plant City, Deland and St. Augustine, Florida. If a lternate work locations are chosen other than stated above, it will be the sole expense of the contract awardee. Otherwise, the Government will provide, at a minimum, the following equipment or office space to any on-site contractor employee: Desk, Chair , Access to copy machine, Access to facsimile machine, Telephone, including long distance and voice mail and Desktop computer (PC) with access to a printer. Unless otherwise specified, the contractor(s) will be provided access to the host bases unclassified computer network. The provided access and its inherent capabilities included, but not limited to: Internet access, electronic mail, file and print servi ces, and dial-in network access. 3.6. Contractor will be provided with adequate offic e space, as available, with computers, telephones and normal office furnishings. As detailed in the basic contract. The computers will have all software needed to conduct routine property book functions. The computers will also have the Microsoft office suite of tools loaded. All government furnished supplies and services shall be for official use only. 3.7. When contractor employees are working in government facilities or participating at government meetings, they shall wear identification badges distinguishing themselves as such. The badges, at a minimum, must have the employee name and the word contr actor displayed. Ideally, the company name will appear on the badge. Contractor or government issued badges are acceptable. Additionally, not withstanding any other provisions in the Performance Work Statement, the contractor shall perform no inherentl y governmental functions. Contractor employees shall identify themselves as a contractor in meetings, telephone conversations, all written communications and work situations so that their actions cannot be construed as acts of a Government official. Commo n Access Cards (CAC) are required to obtain entry into federal government computer systems and facilities. National Agency Check is required to obtain a CAC. 4.0 Selection 4.1 Selection Emphasis. The objective of the selection process is to choose a contractor based on an assessment of each offeror's proposal. The FLNG will determine the overall merits of each proposal with respect to its potential to best satisfy the nee ds described in the Performance Statement of Work (PSW). This will be a best value selection. In determining the best value, the FLNG may consider award to other than the lowest priced offeror or other than the highest technically rated offeror. In maki ng the selection determination, the FLNG is concerned with achieving the most favorable balance between merit and cost factors. The contract will be awarded to the responsible offeror whose overall proposal and conformance to the solicitation will be most advantageous to the FLNG. 4.2 Selection Process. The selection will be accomplished in accordance with the procedures set forth in this guide. Conflict of Interest and Nondisclosure Certificates shall be used to protect the integrity of the process. 4.3 Selection Results. It is FLNG intent to make a contract award, using the technical evaluation process set forth in this guide. The contract will be awarded on the basis technical evaluation. 4.4 Submission of four evaluation factors in two volume packets: Volume One: In narrative form will not exceed 50 singles pages or 25 double sided pages and must contain: (1) Direct Related Experience, (2) Technical and (3) Past Performance. Volume Two: Will not exceed 6 singles pages or 3 double sided pages and must contain: (4) Cost. 5.0 EVALUATION ORGANIZATION 5.1 Organizational Structure. The Evaluation Organization will include the Decision Authority and the Evaluation Team. 5.1.1. Decision Authority. The Decision Authority is the Contracting Officer who is responsible for the final selection decision, MAJ William L. Markham. 5.1.2. Evaluation Team. The Evaluation Team is the main evaluating and coordinating body for the evaluation process. The team will include representatives from the FLNG to include the USPFO Contracting Office and the Supply and Services Division as sele cted by the Decision Authority. The team will provide the Decision Authority with written assessments of the offerors' qualifications, as well as award recommendations. The Contracting Officer will evaluate all cost data. The assessments and recommendat ions must provide sufficient detail to allow the Decision Authority to make a knowledgeable decision. 5.2 All team members shall have equal prerogatives and responsibilities in evaluating proposals and are expected to fully express their positions at all times. They must be ful ly knowledgeable of the requirements stated in the solicitation, the PSW, and the proposals. 6.0 EVALUATION CRITERIA 6.1 Introduction. The purpose of this evaluation is to provide the Decision Authority with the necessary information to select the offeror for contract award in support of the FLNG programs outlined in the PSW. The evaluation will be accomplished using the evaluation criteria described in the following paragraphs. 6.2 Basis for Award. IAW FAR 13.106, all proposals will be evaluated against the factors and subfactors listed below. 6.3. Integrated Assessment. Contract award will be based on an integrated assessment of each offeror's response to the solicitation. The integrated assessment will address: 6.3.1. The offeror's demonstrated understanding of and capability to perform all required tasks. The integrated assessment will determine the overall value of the proposal submitted by each offeror, judged in terms of its potential to best satisfy the nee ds of the FLNG. 6.3.2. FLNG evaluation of the following four factors: (1) Direct Related Experience (2) Technical (3) Past Performance (4) Cost Please contact MAJ William L. Markham at william.markham@fl.ngb.army.mil for the complete combined synopsis solicitation packet. Due to web space limitations, the complete packet could not be provided in this submission. NOTE: THE DEADLINE FOR THE SUBMISSION OF PROPOSALS SHOULD BE RECEIVED BY 12:00 P.M. E.S.T., THURSDAY, SEPTEMBER 20, 2006 AT THE UNITED STATES PROPERTY & FISCAL OFFICE FOR FLORIDA, PURCHASING & CONTRACTING DIVISION, 189 MARINE STREET, SAINT AUGUSTINE, FL 32 084-5451
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
Country: US
 
Record
SN01116983-W 20060818/060816221552 (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.