Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
MODIFICATION

R -- Technical Support Services to the Armament Research, Development and Engineering Center (ARDEC) Business Interface Office (BIO).

Notice Date
7/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-T-0005
 
Response Due
8/2/2012
 
Archive Date
10/1/2012
 
Point of Contact
Kristen, 973-724-2843
 
E-Mail Address
ACC - New Jersey
(kristen.rounsaville@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis The U.S. Army Contracting Command - New Jersey, Maneuver Ammo Center at Picatinny Arsenal, NJ 07806-5000 is issuing this combined synopsis/solicitation to provide Technical Support Services to the Armament Research, Development & Engineering Center (ARDEC) Business Interface Office (BIO). The contractor shall provide management, analytical, engineering and technical services in support of the planning, development and execution of the BIO's strategic business activities in a manner that: is aligned and responsive to the ARDEC community, and its customers' needs and expectations; cultivates new revenue-generating opportunities that broaden ARDEC's customer base; identifies new and innovative products, and unique mission capabilities; assists ARDEC with its goal to maximize the use of resources through strategic partnerships with academia, Other Government Agencies (OGAs) and industry; promotes a positive image of ARDEC both CONUS and OCONUS; and assesses current/future customers, products, services, technologies and the resources needed to formulate business strategies. The type of new contract contemplated is a Firm-Fixed Price Purchase Order. The Government will select for award the best overall written quote that is the most advantageous and represents the Best Value to the Government. All responsible sources may submit a quote which shall be considered by the agency. The Government will utilize the policies contained in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items (Services) and Part 13, Simplified Acquisition Procedures. This requirement is set aside 100% for Service-Disabled Veteran-Owned Small Business concerns in accordance with FAR 19.1405. The contracting activity published a market survey/sources sought announcement, W15QKN-12-X-E011, on FedBizOpps from 08 June 2012 through 15 June 2012. Adequate competition is anticipated for this acquisition. The requirement will consist of one (1) purchase order with a 12-month period of performance and no option years. Award is anticipated on or about 04 September 2012. Point of contact for this requirement is Kristen Rounsaville, Contract Specialist, kristen.rounsaville@us.army.mil and Donna Apgar, Contracting Officer, donna.apgar@us.army.mil. Applicable FSC/PSC is R408. Applicable NAICS code is 541611. Solicitation 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; quotes are being requested and a written solicitation will not be issued. Solicitation W15QKN-12-T- 0005 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-58. The NAICS code for this procurement is 541611 and the small business size standard is $14.0M. This solicitation will be 100% set aside for Service-Disabled Veteran-Owned Small Businesses. The U.S. Army Contracting Command - New Jersey, Maneuver Ammo Center, on behalf of the Armament Research, Development and Engineering Center (ARDEC) Business Interface Office (BIO), Picatinny Arsenal, NJ has a requirement for technical support services, in accordance with the attached Performance Work Statement. Purchase Order CLIN's will be as follows: 0001 Technical Support Services - ARDEC BIO, 1 Lot, $Price 0002 Contract Data Requirements List (CDRL), A001-A005, $Price 0003 Contractor Manpower Reporting, IAW PWS Para. 6.5, $Price Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addenda to 52.212-1 Instructions to Offerors - Commercial Items 1. INTRODUCTION. This section contains quotation submission instructions as well as specific quotation requirements for the request for quotation. The offeror's quote shall be labeled in a consistent manner with this document. All references to the Performance Work Statement (PWS) shall be clearly labeled with the appropriate PWS paragraph. Offerors are expected to submit quotes in sufficient detail to allow for Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors. 2. QUOTATION INSTRUCTIONS. The quote shall consist of the following: Volumes I through II inclusive provided by email to kristen.rounsaville@us.army.mil Offerors are responsible to inquire with the Contract Specialist to assure that the quote submitted has in fact, been received by the Contract Specialist. 3. QUOTATION FILES. a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and Request for Quotation Number in the header and/or footer. All quotes shall be submitted in Microsoft Office format. Offeror shall not use security options within the files. MS Word (.doc) files shall use the following page setup parameters: Margins - Top, Bottom, Left, Right 1" Gutter - 0" From Edge - Header, Footer 0.5" Page Size, Width - 8.5" Page Size, Height - 11" The following additional restrictions apply: 1. Each paragraph shall be separated by at least one blank line. A standard, 12 point minimum font size applies. Arial or Times New Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8 point and may be landscape. b. File Packaging. Each quote volume shall be submitted as a separate file when submitting electronically. c. Content Requirements. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner to permit a complete and accurate evaluation of each quote. Each file of the quote shall consist of a Table of Contents, Summary Section, and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked. The following shall be included in the Narrative discussion: (i) VOLUME I - TECHNICAL FACTOR Offerors are responsible for including sufficient details (WITHOUT REFERENCE TO COST/PRICE) to permit a complete and accurate evaluation strictly from a technical standpoint. This part shall have an index which contains narrative titles which are cross-referenced to both the applicable PWS paragraph and page number. The narrative discussions shall also be related to the applicable PWS paragraph by placing the appropriate PWS number at the beginning of the discussion text. The offeror shall provide detailed narrative discussions that address the PWS requirements. In the Technical Volume, the offeror shall address and describe the approach and plans for accomplishing the below. Performance Work Statement - Technical Support for the Business Interface Office (BIO) at ARDEC At a minimum the offeror should include: A plan of how the offeror intends to perform the requirements of the performance work statement, including his/her technical approach, list of personnel to be used, specific expertise of personnel, and any other factors which would indicate that the contractor can meet the requirements. In addition, a detailed work breakdown structure should be included, showing how the contractor intends to organize and perform the work effort. Facilities and capabilities to be used in the execution of the scope of work shall be detailed. Any subcontracting planned shall be detailed. The offeror shall provide evidence that shows the appropriate resources to complete each task will be available when required (any subcontracted work must be described in the same level of detail as in-house activities). The offeror shall describe their quality management system as related to the work effort involved in this scope of work. In addition, the offeror shall discuss specifically how the proposed quality system will be applied to perform the requirements of this solicitation. (ii) VOLUME II - PRICE FACTOR. Offerors shall submit a Firm Fixed Price quote inclusive of fully burdened labor rates, travel, and fee. The offeror shall propose pricing on CLINs 0001, 0002 and 0003 in accordance with the Requirements & Schedule. The total evaluated price is the sum of CLINs 0001, 0002 and 0003. The price quote will be evaluated for reasonableness in accordance with FAR 15.404-1(b). Price will not be scored. Price reasonableness will be determined by comparing the offeror's quote to the Independent Government Cost Estimate. Offerors shall propose the labor category(ies), labor hours, and associated fully burdened labor rates necessary to accomplish the tasks listed in the PWS. Any required travel, materials or Other Direct Costs (ODCs) shall also be contained in this volume. Offerors shall utilize a Microsoft Excel file format with formals intact when submitting their price/cost quote (FAR 15.403-5(b)(2)). FAR Clause 52.212-2 Evaluation - Commercial Items, applies to this acquisition, along with the following addenda: Basis for Award The Government intends to award one (1) purchase order for the services outlined in the performance work statement. The Government will select a single award for the quote that is most advantageous and represents the best value to the Government. The Government reserves the right to make an award to other than the lowest priced offeror or to other than the offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. Award will be made based on the best overall (i.e., best value) quote that is determined to be the most beneficial to the Government with appropriate consideration given to the two evaluation factors: Technical Approach and Price. Technical Approach is more important than Price. Offerors are cautioned that the award may not necessarily be made to the lowest priced offeror. The Government intends to evaluate quotes and award a purchase order without discussions with offerors. Therefore, the offeror's quotation is presumed to represent its best efforts to respond to the Request for Quotation. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. Evaluation Factors & Approach Careful, impartial, and full consideration will be given to all quotes received pursuant to the Request for Quotation and evaluations will be applied in a similar manner. Factors against which quotes will be evaluated are set forth below. Each quote received will be evaluated by key Government personnel knowledgeable in the respective fields. Unexplained inconsistencies resulting from the offeror's lack of understanding of the nature of the scope of the work required may be grounds for rejection of the quotation. Factor 1 - Technical Approach: The Offeror's quote will be evaluated for the extent that it demonstrates evidence of the Offeror's knowledge, capabilities, and experience to accomplish the tasks defined in the Performance Work Statement Section of the Request for Quotation, including the extent it provides evidence (experience, expertise) to demonstrate an in-depth technical understanding, knowledge and availability of capabilities associated with Requirements. (1) Understanding the Requirements - The quotation will be evaluated to determine the extent to which it demonstrates a clear and complete understanding of all requirements involved including capabilities, knowledge and expertise in the requested services and meeting the requirements presented by the PWS. (2) Feasibility of Approach - The quotation will be evaluated to determine whether the offeror's methods and approach to meeting the PWS requirements provide the Government with a high level of confidence of successful completion within the required schedule. The evaluation will also consider the realism of the allocated hours, labor categories and price being proposed in the offeror's response to the PWS. One overall adjectival rating will be given to the technical factor in accordance with the following: Color Rating Description Blue Outstanding Quotation meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Purple Good Quotation meets requirements and indicates a thorough approach and understanding of the requirements. Quotation contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Green Acceptable Quotation meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Yellow Marginal Quotation does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The quotation has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Red Unacceptable Quotation does not meet requirements and contains one or more deficiencies. Quotation is unawardable. DEFINITIONS: Deficiency - A material failure of a quotation to meet a Government requirement or a combination of significant weaknesses in a quote that increases the risk of unsuccessful contract performance to an unacceptable level. Strength - Any aspect of a quote when judged against a stated evaluation criterion, enhances the merit of the quote or increases the probability of successful performance of the contract. Significant Strength - A significant strength appreciably enhances the merit of a quote or appreciably increases the probability of successful contract performance. Weakness - A flaw in the quote that increase the risk of unsuccessful contract performance. Significant Weakness - A flaw that appreciably increases the risk of unsuccessful contract performance. Factor 2 - Price: The price quotation will be evaluated for reasonableness in accordance with FAR 15.404-1(b). Price will not be scored. Price reasonableness will be determined by comparing the offeror's quotation to the Independent Government Cost Estimate. The Price factor will not have an adjectival rating assigned. The offeror shall propose pricing on CLINs 0001, 0002 and 0003 in accordance with the Requirements & Schedule. The total evaluated price is the sum of CLINs 0001, 0002 and 0003. Offerors shall utilize a Microsoft Excel file format with formulas intact when submitting their price/cost quotation (FAR 15.403-5(b)(2)). Adequate competition is anticipated for this order. However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis for other than labor rates such as: Hours, Material, Travel, Other Direct Costs and Use of Government Owned Production and Research Property (if applicable) IAW FAR 15.404-1(c). Other than cost or pricing data shall be provided upon request IAW FAR 15.403-3. Other than cost or pricing data provided for this Order, if applicable, will be evaluated for magnitude and reasonableness and may be adjusted from a technical and cost perspective using cost analysis to determine the most probable cost to the Government. Price/Cost Inconsistencies: A quotation is presumed to represent an offeror's best effort to respond to the request for quotation. Any performance and price should be explained in the Quotation. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror's understanding of the nature and scope of work required and his financial ability to perform the contract, may be grounds for rejection of the quotation. Other Considerations. Quotations that are unrealistic in terms of technical or schedule commitments, or unrealistically low in price, will be considered indicative of a lack of understanding of the complexity and risk in the contract requirements. Offeror's are reminded that unsupported promises to comply with the contractual requirements will not be sufficient. Quotations must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. Offerors are cautioned that the award may not necessarily be made to the lowest price offered. The Government intends to make an award without discussions but reserves the right to hold discussions if they will benefit the Government. Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Online Representations and Certifications Application (ORCA). Quoters shall also have a valid registration in the Central Contractor Registration (CCR). The website for CCR is https://www.bpn.gov/ccr/default.aspx. The website for ORCA is https://orca.bpn.gov/. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, along with the following additional clauses under FAR 52.212-5: 52.222-50, 52.233-3, 52.233-4, 52.204-10, 52.209-6, 52.219-27, 52.219-28, 52.222-3, 52.222-21, 52.222-22, 52.222-26, 52.222-36, 52.223-18, 52.232-33, 52.222-41. The following additional FAR Clauses apply to this acquisition: 52.204-7. The following DFARS Clauses apply to this acquisition: 252.232-7010, 252.201-7000, 252.203-7000, 252.203-7005, 252.204-7004 Alt A, 252.237-7010. DFARS Clause 252.212-7001 also applies to this acquisition, along with the following additional DFARS Clauses under 252.212-7001: 252.232-7003. The following local clauses also apply: ARDEC 106 - HQ AMC -Level Protest Program (Oct. 2011) JM&L 191 - Electronic & Non-Electronic Proposal Submission Requirements (Oct. 2010) ARDEC 30 - Acceptance (Oct. 2010) (Destination) ARDEC 31 - Government Procurement Quality Assurance Actions (Oct. 2010) (Destination) JM&L 182 - Army Electronic Invoicing Instructions (Nov. 2011) ARDEC 59 - Payment (Oct. 2010) JM&L 197 - Administrative Space Occupied By Contractors at Picatinny Arsenal (Oct. 2010) ARDEC 68 - Identification of Contractor Employees (Oct. 2010) JM&L 196 - Level 1 Anti Terrorist Awareness Training (Oct. 2010) ARDEC 163 - Disclosure of Unit price information (Oct. 2010) ARDEC 168 - General Information to Offerors or Quoters (Mar 2011) (in full text below) 52.215-4006 GENERAL INFORMATION TO OFFERORS OR QUOTERS MAR/2011 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). "Fill-ins" are provided on Standard Form 18, Standard Form 33, and other solicitation documents. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001. 2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document. 3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either "Late Submission, Modification and Withdrawal of Bid" or "Instructions to Offerors - Competitive Acquisitions". 4. Procurement Information This Procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business Concerns. The applicable SIC/NAICS codes are:R408/541611. 5. Issuing Office U.S. Army Contracting Command - Picatinny ATTN: Donna Apgar ACC-NJ-MA Picatinny Arsenal, NJ 07806-5000 Email: donna.apgar@us.army.mil 6. Additional Information (i.e.; In accordance with 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-___, this acquisition is restricted to the following source: _n/a_____________". 7. Point of Contact for Information: Name: Kristen Rounsaville Title: Contract Specialist Email: kristen.rounsaville@us.army.mil Phone: (973) 724-2843 Fax: (973) 724-3340 52.252-1 - Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR - http://farsite.hill.af.mil/vffara.htm Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm CONTRACT ADMINISTRATIVE DATA Contracting Officer Representative (COR) TBD Donna Apgar Procuring Contracting Officer (PCO) Building 10, Picatinny Arsenal, NJ 07806-5000 Phone - (973) 724-2002 Fax - (973) 724-3340 Email: donna.apgar@us.army.mil Kristen A. Rounsaville Contract Specialist Building 10, Picatinny Arsenal, NJ 07806-5000 Phone - (973) 724-2843 Fax - (973) 724-3340 Email: kristen.rounsaville@us.army.mil This is a DPAS rated order in accordance with FAR 52.211-15. The rating is D0-C9. All quotes shall be submitted via email to the following point of contact: Ms. Kristen Rounsaville, kristen.rounsaville@us.army.mil. Quotes must be received No Later Than 02 August 2012, 1500 EST. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44785c743aebd423ea6b966096373d4f)
 
Place of Performance
Address: ARDEC BIO Office Bldg. 93 Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN02813907-W 20120726/120725000543-44785c743aebd423ea6b966096373d4f (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.