SOLICITATION NOTICE
99 -- Aviation or Vessel Analysis, Efficiency and Utilization Services
- Notice Date
- 1/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- General Services Administration, Office of the Chief Acquisition Officer (V), GSA Headquarters Contracting Division (VC), 18th & F Streets, NW, Room 4020, Washington, District of Columbia, 20405
- ZIP Code
- 20405
- Solicitation Number
- GS-00I-11-AA-C-0018
- Archive Date
- 2/24/2011
- Point of Contact
- Daryl Hawkins, , Emil Loczko,
- E-Mail Address
-
daryl.hawkins@gsa.gov, emil.loczko@gsa.gov
(daryl.hawkins@gsa.gov, emil.loczko@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Aviation or Vessel Analysis, Efficiency and Utilization Services •1. Overview In December 1995, the U.S. General Services Administration (GSA) created the Office of Governmentwide Policy (OGP) to consolidate its policy functions into a single organization. OGP's policymaking authority covers the areas of personal and real property, travel and transportation, information technology, regulatory information and use of federal advisory committees. OGP's strategic direction is to ensure that governmentwide policies encourage agencies to develop and utilize the best, most cost effective management practices for the conduct of their specific programs. GSA Mission Within the broad spectrum of responsibilities assigned to the OGP is the development of policies for managing the acquisition, use, and disposal of aircraft that the non-defense Federal agencies operate. These Federal agencies own over 1,600 aircraft and rent, charter, or contract for the use of other aircraft for firefighting, law enforcement, weather prediction, natural resource support, homeland security, space research, and other inherently governmental missions. Similarly, Federal agencies own, lease, or charter over 6,600 vessels of all shapes and sizes to accomplish a wide variety of missions. Background GSA established the Interagency Committee for Aviation Policy (ICAP) in 1989 at the direction of the Office of Management and Budget (OMB). Eighteen Federal agencies are members of the ICAP. With advice from the ICAP, GSA makes policy for Federal aviation management. The ICAP coordinates the policy views of the Federal aviation community and also assists agencies in providing aviation services to support their missions. GSA chairs the ICAP, and facilitates its five subcommittees, provides support for aviation management, and operates a management information system to collect and report data related to Federal aviation operations. The ICAP has defined the following four strategic goals for the period 2008 to 2013 to ensure that executive agencies are able to support the safe, secure, efficient and effective management of Federal aviation missions. •1. Safety •2. Stewardship •3. Policy Effectiveness •4. Management and Performance Additionally, members of the Federal Boat Executive Committee (FBEC), or any agency operating vessels, may utilize this Purchase Agreement in pursuit of data and best practices that support the safe, secure, efficient and effective management of Federal vessels. •2. Technical Requirements/Task Description The purpose of this Blanket Purchasing Agreement (BPA) is to obtain Contractor support services for the General Services Administration, and specifically for its Office of Governmentwide Policy (OGP), members of the Interagency Committee for Aviation Policy (ICAP), members of the Federal Boat Executive Committee (FBEC), and other interested agencies to assist in the process of ensuring that governmentwide policies encourage agencies to develop and utilize the best, most cost effective, efficient and safest management practices for the conduct of their aviation and vessel programs. This will be done by focusing on mission requirements, standardization, configuration management and control, and inventory management across the agencies. •3. Scope of Services The scope of services that can be delivered under this BPA includes the following: •3.1.1. Aviation or Vessel Asset Material Condition Assessment •3.1.1.1. Document actual condition of airframes or vessels and their components •3.1.1.2. Assess potential for continued service or recommend retirement •3.1.1.3. Validity of fatigue life sensitive components' Design Flight Spectrum to actual operational use. •3.1.2. Analyze Asset Standardization •3.1.2.1. Configuration •3.1.2.1.1. Assess Configuration Tracking Practices and Tools •3.1.2.1.2. Identify Opportunities for Parts Pooling between operating locations and Agencies •3.1.2.2. Maintenance Practices •3.1.2.3. Operating Policies and Procedures •3.1.2.4. Crew/Operator/Pilot/Coxswain Training Requirements and Techniques •3.1.2.5. Asset Maintenance Practices •3.1.2.5.1. Maintenance Tracking Techniques and Tools •3.1.2.5.1.1. Labor Hours •3.1.2.5.1.2. Carried Forward Discrepancies •3.1.2.5.1.3. Maintenance Due Projections •3.1.2.5.1.4. Inspection Schedules •3.1.2.5.2. Available Maintenance Facilities •3.1.2.5.2.1. In-house vs commercial or other Federal maintenance facilities •3.1.2.5.3. Simulator Availability •3.1.3. Analysis of Asset Operational History •3.1.3.1. Accident / Incident Analysis and Recommendations for Improvement •3.1.3.1.1. 1.1.3.1.1 Safety policies, requirements, and procedures •3.1.3.2. Assessment of Asset Availability •3.1.3.2.1. Reasons for Asset Unavailability •3.1.3.2.2. Potential Corrective Actions •3.1.3.3. Determination of projected Life Cycle Cost •3.1.3.4. Recommendations for Component Improvements •3.1.4. Potential Asset Acquisition or Replacement Options & Asset Laydown Options •3.1.4.1. Mission Requirements Assessment •3.1.4.2. Asset Capabilities Assessment •3.1.4.3. Replacement Asset Life Cycle Cost Projection •3.1.4.4. Recommendations for best match between requirements and capabilities •3.1.5. Aviation or Vessel Fleet Management Information Systems •3.1.5.1. Evaluate existing Aviation or Vessel Fleet Management Information Systems for their capabilities and adaptability to be used by all ICAP or FBEC members to track all aviation or vessel assets as well as to provide replacement asset Life Cycle Cost Projections. 3.1.5.2 Conduct industry benchmarking of Aviation and/or Vessel Management Information Systems. •3.1.6. Aviation or Vessel Fleet Parts Acquisition & Inventory Management Practices •3.1.6.1. Assess the processes used to determine spare parts stocking levels and economic order quantities •3.1.6.2. Investigate the economies of scale of aviation and/or vessel fleet configuration standardization and parts pooling between agencies operating the same type of aircraft or vessels •3.1.7. Skills/Expertise •3.1.7.1. The Contractor is responsible for providing personnel that have appropriate levels of expertise and skill to accomplish requirements identified in the requesting Agency's Task Order. •3.1.7.2. The Contractor will perform work at sites specified in the requesting agency's Task Order, and at the Contractor's place of business. Unless otherwise documented in the Task Order, the Contractor is expected to conform to the requesting agency's normal operating hours when working at an agency site. •3.1.7.3. The Contractor may be required to travel to complete the requirements of the requesting agency. All travel requirements will be documented in the Task Order and directed by the requesting agency. •3.1.7.4. Unless otherwise directed in the Task Order, all materials will be provided by the Contractor to perform the work required by the Task Order. All material purchased by the Contractor for the use or ownership of the Federal Government will become the property of the Federal Government. The Contractor must document the transfer of materials in a monthly status report. •3.1.7.5. All deliverables required by the Task Order must meet or exceed industry professional standards, the requirements set forth in the Task Order, and this BPA. 4. Contract Administration •4.1.1 GSA Office of Governmentwide Policy Central Office Contracting Division 1275 1 st Street, NE 7 th Washington DC 20002 daryl.hawkins@gsa.gov •4.1.2 Note: requesting agency Project Manager's and Contracting Officer's contact information shall be identified in each individual task order. •5. Duration of BPA •5.1 The period of performance for this BPA shall be one (1) base year and four (4) one year options. •6. Personal Services •6.1 GSA will ensure that any contractor work is in the best interest of the government; that economic and other factors are considered, and that this BPA will not be used to procure personal services prohibited by the Federal Acquisition Regulation (FAR) Part 37.104 titled "Personal Services Contract". •7. Requirement Estimate and Authority to Use BPA •7.1 GSA anticipates the total cost of task orders awarded under this BPA shall not exceed $200,000.00 per fiscal year. In addition to Government agencies that own /operate aircraft or vessels, any Government agency will be able to use this BPA to accomplish aviation or vessel related studies (including GSA). •8. Proposal Submission •8.1 After reviewing the SOW, the contractor shall submit a technical and cost proposal to the GSA Central Office Contracting Division. Proposals shall summarize major categories at a level of detail to adequately address all requirements in the SOW. •8.1.1 Technical Proposal Submission Instructions •8.1.1.1 The contractor shall submit a technical proposal outlining their firm's capabilities and experience with respect to the effort described in the SOW. The technical proposal should describe the proposed methodology, personnel and corporate experience that are directly relevant to this effort. •8.1.2 Technical Understanding of Requirements •8.1.2.1 Technical and qualitative descriptions of the proposed methodology shall be used to accomplish the objectives in the SOW. •8.1.3 Past Performance/Corporate Experience •8.1.3.1 Descriptions of similar work performed during the past two- (2) years, including references. Sufficient information should be provided to allow the Government to contact the agencies/organizations served and assess the quality of the services provided. •8.1.4 Professional Staff •8.1.4.1 Provide resumes for proposed staff. Resumes shall not exceed two (2) pages person proposed. •8.1.5 Price •8.1.5.1 There will be no funds placed on the BPA itself, each agency will fund individual Task Orders awarded under this BPA. However, the importance of price in the award of the BPA cannot be overlooked. Offerors must submit general price information including direct labor rates, indirect rates, other overhead rates, etc., so GSA can achieve some sense of the pricing that would be charged on agency specific Task Orders. •9. Technical Evaluation Factors •9.1.1 Proposals will be evaluated in terms of quality, depth and relevance of information presented in response to the SOW. The factors below will be used in evaluating proposals for the BPA award. They are in descending order of importance. •9.2 Technical Factor One •9.2.1 Technical Understanding of Requirements. •9.3 Technical Factor Two •9.3.1 Past Performance/Corporate Experience •9.4 Technical Factor Three •9.4.1 Professional Staff •10. Best Value •10.1 The BPA award will be a best value decision where the Government plans to make an award to the offeror who submits the best overall technical proposal with cost being slightly considered. •11. Proposal Instructions •11.1 The contractor shall submit the Technical and Price proposals no later than 10 February, 2011 2:00 PM, EST. Proposals are to be electronically submitted to the following e-mail address: (daryl.hawkins@gsa.gov) •11.2 Any questions on this combined synopsis/solicitation must be received by Thursday, January 13, 12:00 EST. Please direct all questions to Mr. Daryl Hawkins at the address given in the previous paragraph. •11.3 All elements of the Technical and Price proposals shall be in MS Word, 12 point font format. Headers and footers shall be limited to pagination. Technical submission shall not exceed 20 pages on 8 1/2"x11" paper (excluding past performance information/resumes). •12. Type of Award •12.1 The Government anticipates fixed price commercial item task orders to be issued against this BPA. •12.1.1 The Government is issuing this solicitation for the proposed award of a Blanket Purchase Agreement (BPA) pursuant to FAR Part 12. Oral communications are not acceptable in response to this notice. All responsible sources may submit a response to this solicitation. The Government intends to award ONE BPA as a result of this solicitation to the responsible offeror conforming to the items listed herein and considered to present the Government with the best value. Award will be on an all-or-none basis with respect to the requested services. This is a combined synopsis/solicitation for commercial services format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested based on this combined synopsis/solicitation only. The Request For Quotation (RFQ) solicitation document and incorporated provisions and Offeror Representations and Certifications Commercial Items; and 52.215-1, Instructions to Offerors - Competitive Acquisition. The Representations and Certifications, which must be completed and submitted with the proposal, are located at www.arnet.gov/far/current. The Governnment will award to the responsible offeror whose proposal conforms to this combined synopsis/ solicitation and presents the Government with the best value, price and other factors considered. The following clauses are incorporated by reference: 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Federal Acquisition Regulation (FAR) Part 33. In addition the following General Services Administration Acquisition Manual (GSAM) clauses also apply and are hereby incorporated into this solicitation: 512.301(a) (2) and 512.301(a) (3); 533.103; 552.212-71 and 552.212-72; and 552.233-70. Offerors may find these GSAM referenced clauses at www.arnet.gov/GSAM/gsam.html. Proposals are due no later than 2:00 PM, EST, February 9, 2011 by e-mail to daryl.hawkins@gsa.gov •12.2 Those offerors wishing to deliver hard copies of their proposals may do so to the GSA Office of Governmentwide Policy, General Services Administration, 1275 1 st Street, NE, Washington, DC, 20002, Attention: Daryl Hawkins.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/V/VC/GS-00I-11-AA-C-0018/listing.html)
- Place of Performance
- Address: 1275 1st Street, NE, Washington, District of Columbia, 20002, United States
- Zip Code: 20002
- Record
- SN02357140-W 20110112/110110233831-d9ce646f02a7fcbbc750d01b9ee0f44e (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 |