Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOLICITATION NOTICE

R -- CMMI V 2.0 Evaluation and Benchmark Support - Contract Data Requirement Lists

Notice Date
8/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
W15QKN-18-Q-03C1
 
Archive Date
9/12/2018
 
Point of Contact
Howard Kane, Phone: 9737247476, Gloria Thoguluva, Phone: 9737245366
 
E-Mail Address
howard.kane.civ@mail.mil, gloria.thoguluva.civ@mail.mil
(howard.kane.civ@mail.mil, gloria.thoguluva.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Data Requirement Lists portfolio 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; a written solicitation will not be issued. Solicitation No. W15QKN-18-Q-03C1 is issued as a request for quotation (RFQ), and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-61. This is a total small business set-aside under NAICS 541611 with a small business size standard of $15,000,000.00. In accordance with FAR 37.104-(a) Personal Services Contracts, the subsequent purchase order is not considered to be a personal service. The U.S. Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000 intends to award one (1) firm-fixed-price (FFP) purchase order, on a competitive basis, for Capability Maturity Model Integration (CMMI) model support using the CMMI Version 2.0 Appraisal Method to assess its strengths and weaknesses relative to the CMMI determining its CMMI maturity level. Below is the Performance Work Statement (PWS) for this effort. PERFORMANCE WORK STATEMENT (PWS) FOR ARMAMENT SOFTWARE ENGINEERING CENTER DIRECTORATE CMMI V2.0 EVALUATION AND BENCHMARK APPRAISAL SUPPORT 1.Background/Scope 2.Applicable Documents/Tool 3.Requirements 4. Accounting for Contract Services 1.BACKGROUND/SCOPE 1.1Background: The Armament Software Engineering Center (Armament SEC) within the Armament Research, Development and Engineering Center (ARDEC) structure of the Weapons and Software Engineering Center (WSEC) provides Program Executive Offices (PEOs), Program Managers (PMs) and other internal and external customers with software engineering and acquisition support throughout the lifecycle of their systems. This life cycle support includes supporting the system throughout the development process and maintaining it following transition to Government control. To accomplish the mission, the Armament SEC requires contractor support to assist in providing high quality services throughout the organization for software engineering, acquisition, process improvement, configuration management, infrastructure, advanced technologies, fielding, and sustainment. 1.2The Armament SEC uses the CMMI standards for software appraisals, developed by the CMMI Institute, to appraise the organization's implementation of CMMI best practices, using an aggregation of evidence that is collected via instruments, presentations, documents, and interviews. The appraisal team observes, hears, and reads information that is transformed first into notes, and then into statements of practice implementation gaps or strengths (where appropriate), and then into preliminary findings. These findings are validated by the organizational unit before they become final findings. The critical concept is that these transformations are applied to data reflecting the enacted processes in the organizational unit and the CMMI reference model used to form the basis for ratings and other appraisal results. 1.3Scope: The Government requires contract support in assessing its strengths and weaknesses relative to the CMMI and determining its CMMI maturity level. The ARDEC Armament SEC need to assure their software applications adhere to CMMI practices to effectively provide cradle-to-grave life cycle engineering for a broad spectrum of armament technologies and products. 1.4The ARDEC Armament SEC requires support to execute the following: (a) benchmark Armament SEC's process ratings relative to Capability Maturity Model Integration (CMMI) model using the CMMI Version 2.0 Appraisal Method; (b) gain insight into ARDEC's engineering capability by identifying the strengths and weaknesses of its current processes; (c) relate these strengths and weaknesses to the CMMI model; and (d) derive CMMI capability level ratings as well as a maturity level rating. 2.APPLICABLE DOCUMENTS/TOOL: 2.1CMMI Institute, Capability Maturity Model Integration, CMMI Version 2.0, Mar 2018 2.2CMMI Institute, CMMI Version 2.0 Appraisal Method, Mar 2018 2.3Appraisal Wizard software (current) or equivalent appraisal software compatible with CMMI Version 2.0 (V2.0) 3REQUIREMENTS: The Contractor shall conduct a CMMI V2.0 Evaluation and CMMI V2.0 Benchmark appraisals in accordance with the CMMI V2.0 Appraisal Methodology. The contractor shall provide personnel that have the CMMI Institute Authorized Instructor/High Maturity Lead Appraiser credentials. All meetings, training and appraisal activities shall take place at Picatinny Arsenal, NJ. The Evaluation Appraisal and Benchmark Appraisal shall cover the CMMI process areas for Maturity Levels 1 through 5. The Government has been using Appraisal Wizard software for CMMI Appraisal Readiness Reviews and Appraisal events, the contractor shall use the same software or another tool that is compatible. 3.1Appraisal Planning 3.1.1Evaluation Appraisal Planning task shall be completed in three (3) days, consisting of two (2) day onsite meeting at Picatinny Arsenal and another one (1) day meeting via teleconference. Prior to the actual appraisal event, the contractor's CMMI Institute Authorized Instructor/High Maturity Lead Appraiser personnel shall travel to Picatinny Arsenal for a two (2) day Appraisal Planning with the appraisal sponsor to produce the draft plan for the appraisal and ascertain the scope of the organization to be appraised (actual projects or programs that will participate), applicability of Armament SEC processes to CMMI, and the scope within the CMMI model (practice areas). Additionally, the contractor shall allocate one (1) day to finalize the Appraisal Plan (to be used for Requirements 3.3 and 3.4) with the appraisal sponsor via teleconference. 3.1.2Benchmark Appraisal Planning task shall be completed in two (2) days. Prior to the actual appraisal event, the contractor's CMMI Institute Authorized Instructor/High Maturity personnel shall collaborate with the Appraisal Sponsor to produce the Appraisal Plan (to be used for Requirements 3.5 and 3.6) for the appraisal and ascertain the scope of the organization to be appraised (actual projects or programs that will participate), applicability of Armament SEC processes to CMMI, and the scope within the CMMI model (practice areas). 3.2Appraiser Training: Prior to the actual Evaluation appraisal event, the CMMI Institute Authorized Instructor /High Maturity Lead Appraiser personnel shall travel to Picatinny Arsenal for five (5) days and provide training, specified by paragraphs 3.2.1 through 3.2.3 of this PWS, for up to fifteen (15) students. The CMMI Institute Authorized Instructor /High Maturity Lead Appraiser contractor shall employ training instruction, training criteria (e.g., desired learning outcomes and performance goals), and evaluation methods and metrics to verify training effectiveness in accordance with criteria (e.g., quizzes regarding content). The CMMI Institute Authorized Instructor /High Maturity Lead Appraiser personnel may use MIL-HDBK-29612-2A - Department of Defense Handbook, Instructional Systems Development/Systems Approach to Training and Education (Part 2 of 5 Parts), 31 August 2001 as guidance. 3.2.1CMMI V2.0 Upgrade training (including CMMI Associate Exam) 3.2.2CMMI V2.0 High Maturity Concepts training 3.2.3Appraisal Method training using Appraisal Wizard or another tool that is compatible 3.3CMMI Evaluation Readiness Review: Prior to the actual appraisal event, the contractor's Lead Appraiser shall travel to Picatinny Arsenal for a five (5) day Readiness Review with the appraisal team based on the Appraisal Plan to complete the readiness review event for the projects participating in the appraisal. 3.4CMMI EVALUATION Appraisal Event 3.4.1The contractor shall participate in a seven (7) day CMMI Evaluation Appraisal based on the Appraisal Plan at Picatinny Arsenal. At the start of the appraisal, the contractor shall provide an Initial Briefing which describes the appraisal purpose, schedule and activities. During the on-site period, the appraisal team shall verify and validate the objective evidence provided by the appraised organization to identify strengths and weaknesses relative to the CMMI reference model. The appraisal team shall focus on collecting data from the appraised organization via interviews and artifacts to judge the extent to which the model is implemented. The contractor shall ensure that data and information is collected on all the reference model practices for each process instantiation being appraised within the organizational unit. Upon determining that sufficient coverage of the reference model and organizational unit has been obtained, the appraisal team shall generate the appraisal findings and ratings. Goal ratings are determined within each process area, which collectively are used to determine a capability level rating for the individual process areas, as well as a risk rating for the organizational unit. 3.4.2Report Results: The contractor shall participate in the preparation and presentation of the draft findings to the organization. The appraisal team shall verify and validate the additional objective evidence provided by the organization after the draft findings. The contractor shall participate in the preparation and presentation of the final findings and ratings as appraisal results to the appraisal sponsor and the organization. These appraisal results become part of the appraisal record, which becomes protected data according to the desires of the sponsoring / appraised organization. 3.5CMMI BENCHMARK Readiness Review: Prior to the actual appraisal event, the contractor's Lead Appraiser shall travel to Picatinny Arsenal for a four (4) day Readiness Review with the appraisal team based on the Appraisal Plan to complete the readiness review event for the projects participating in the appraisal. 3.6CMMI BENCHMARK Appraisal Event 3.6.1The contractor's Lead Appraiser shall participate in an eight (8) day CMMI Benchmark Appraisal based on the Appraisal Plan at Picatinny Arsenal. At the start of the appraisal, the contractor shall provide an Initial Briefing which describes the appraisal purpose, schedule and activities. During the on-site period, the appraisal team shall verify and validate the objective evidence provided by the appraised organization to identify strengths and weaknesses relative to the CMMI reference model. The appraisal team shall focus on collecting data from the appraised organization via interviews and artifacts to judge the extent to which the model is implemented. The contractor shall ensure that data and information is collected on all the reference model practices for each process instantiation being appraised within the organizational unit. Upon determining that sufficient coverage of the reference model and organizational unit has been obtained, the appraisal team shall generate the appraisal findings and ratings. Goal ratings are determined within each process area, which collectively are used to determine a capability level rating for the individual process areas, as well as a process maturity rating for the organizational unit. 3.6.2Report Results: The contractor shall participate in the preparation and presentation of the draft findings to the organization. The appraisal team shall verify and validate the additional objective evidence provided by the organization after the draft findings. The contractor shall participate in the preparation and presentation of the final findings and ratings as appraisal results to the appraisal sponsor and the organization. These appraisal results become part of the appraisal record, which becomes protected data according to the desires of the sponsoring / appraised organization. The appraisal results shall be submitted to the CMMI Institute. 3.7General Requirements: 3.7.1Materials/Service - The Contractor shall provide five (5) days of training for Appraisal Team Member Training. 3.7.2Incidental Material and Property - Laptops, work space, and other material necessary to accomplish the required work will be furnished by the Government. The contractor will provide the licenses for Appraisal Wizard Software or another software that is compatible. 3.7.3Travel: The contractor shall be required to travel to Picatinny Arsenal and provide the meeting, training and appraisal support requirements. The trips required are as follows: 3.7.3.1Evaluation Appraisal Planning Meeting, per paragraph 3.1.1 and Appraiser training, per paragraph 3.2 Meeting/Training Length: Five (5) business days Number of person: One (1) person 3.7.3.2CMMI Evaluation Readiness Review, per paragraph 3.3 Meeting Length: Five (5) business days Number of person: One (1) person 3.7.3.3CMMI Evaluation Appraisal, per paragraph 3.4.1 Appraisal Length: Seven (7) business days Number of person: One (1) person 3.7.3.4CMMI Benchmark Readiness Review, pre paragraph 3.5 Meeting Length: Four (4) business days Number of person: One (1) person 3.7.3.5CMMI Benchmark Appraisal, pre paragraph 3.6 Meeting Length: Eight (8) business days Number of person: One (1) person 3.7.4Period of Performance: The period of performance for this task is nine (9) months after contract award. 3.7.5Place of Performance: The work to be performed under this task shall be performed at the Picatinny Arsenal site. The contract will include travel from the contractor's site to Picatinny Arsenal, NJ and return for the appraisal method training, appraisal planning, readiness review and the appraisal event. 3.7.6Contracting Officer Representative (COR): Teriana Francis, RDAR-WSS-M, Bldg 31 Room 5, 973-724-1410, teriana.g.francis.civ@mail.mil and ACOR Joseph Bova, RDAR-WSS-E, Bldg. 34, 973-724-9556 3.7.7Technical POC: Alfred J. Berry, RDAR-WSS-S, Bldg. 31 Room 202, 973-724-9917,alfred.j.berry2.civ@mail.mil. 3.8Security: The Highest level of classification is UNCLASSIFIED. 3.8.1Antiterrorism Training AT Level I All contractor employees, including subcontractor employees, requiring access to Department of Defense installations, facilities, or controlled access areas shall complete AT Level I awareness training within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies and within 12 months prior to travel outside of the US, then annually thereafter (DI-MISC-80508B). The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jkodirect.jten.mil/ (A011). iWATCH All contractor employees, including subcontractor employees, shall receive training and participate in the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then annually thereafter (DI-MISC-80508B). The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel. Slides available to COR at https://www.milsuite.mil/book/docs/DOC-284984 (A011). 3.8.2Installation Access Access and General Protection/Security Policy and Procedures All contractor employees, including subcontractor employees, shall comply with all installation and facility access and local security policies and procedures (provided by the Government representative), and security/emergency management exercises. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. During FPCONs Charlie and Delta, services/installation access may be discontinued/ postponed due to higher threat. Services will resume when FPCON level and or threat is reduced to an acceptable level as determined by the Installation Commander. Contractor personnel working on an installation are required to participate in the Installation Random Antiterrorism Measures Program as directed. Contractors may be subject to and must comply with vehicle searches, wearing of ID badges, etc. Do not require CAC, but require access to a DoD facility or installation Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations. 3.8.3Government Furnished Items All contractor employees, including subcontractor employees, will return all issued U.S. Government owned equipment which includes travel laptops, mobile devices, Common Access Cards, installation badges, and/or access passes to the COR when the contract is completed or when a contractor employee no longer requires access to the installation or facility. 3.8.4Export Control Laws/International Traffic in Arms Regulation Information Subject to Export Control Laws/International Traffic in Arms Regulation (ITAR): Public Law 90-629, "Arms Export Control Act," as amended (22 U.S.C 2751 et. Seq.) requires that all unclassified technical data with military application may not be exported lawfully without an approval, authorization, or license under EO 12470 or the Arms Export Control Act and that such data required an approval, authorization, or license for export under EO 12470 or Arms Export Control Act. For purposes of making this determination, the Militarily Critical Technologies List (MCTL) shall be used as general guidance. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. 3.8.5OPSEC Contract personnel shall be capable of accessing, handling, receiving, and storing UNCLASSIFIED documents, equipment, hardware, and test items, using the applicable standards of FOUO and CUI. DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting applies to this effort. Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial (Level I) OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designated OPSEC level II trained OPSEC Officer/Coordinator (DI-MISC-80508B). The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request ARDEC OPSEC training from ARDEC OPSEC POC e-mail: usarmy.pica.rdecom-ardec.mbx.ardec-opsec@mail.mil. (A011) Per AR 530-1 (or DoDM 5205.02-M), an OPSEC review is required prior to all public releases. All government information intended for public release by a contractor will undergo a government OPSEC review prior to release. 3.8.6Data Rights: All reference material, documents, training support material, and other information obtained, produced, or developed by the contractor in support of this effort shall become the property of the Government, and shall be delivered to the Armament SEC team. The Government shall have the unlimited right to use, modify, reproduce, release, perform, display or disclose technical data, software and products for all work products developed and modified under this task order. 3.9Deliverables: 3.9.1The Contractor shall prepare and submit CMMI V2.0 Upgrade training (including CMMI Associate Exam) (DI-DMN-81373). The training presentation shall be due to the Government at the Appraiser Training session and shall be presented in Contractor format. (A001) 3.9.2The Contractor shall prepare and submit CMMI V2.0 High Maturity Concepts training (DI-DMN-81373). The training presentation shall be due to the Government at the Appraiser Training session and shall be presented in Contractor format. (A002) 3.9.3The Contractor shall prepare and submit CMMI V2.0 Appraisal Method training (DI-DMN-81373). The training presentation shall be due to the Government at the Appraiser Training session and shall be presented in Contractor format. (A003) 3.9.4The Contractor shall prepare submit an Appraisal Plan (DI-NDTI-80566A or DI-IPSC-81438A) which details the approach, data and information to be collected, and how ratings shall be defined. The report shall be due to the Government no later than the beginning of the Appraisal Training, and shall be presented in Contractor format. (A004) 3.9.5The Contractor shall prepare and submit CMMI V2.0 Evaluation Appraisal Findings Briefing (DI-ADMN-81373) which details the results of the CMMI Evaluation Appraisal. The briefing shall be due to the Government at the end of the CMMI Evaluation event, and shall be presented in Contractor format. (A005) 3.9.6The Contractor shall prepare and submit CMMI V2.0 Benchmark Appraisal Initial Briefing (DI-ADMN-81373) which defines the appraisal purpose, schedule and activities. The presentation shall be due to the Government at the beginning of the CMMI Evaluation Appraisal event and shall be presented in Contractor format. (A006) 3.9.7The Contractor shall prepare and submit CMMI V2.0 Benchmark Appraisal Findings Briefing (DI-ADMN-81373) which details the results of the CMMI Benchmark Appraisal. The briefing shall be due to the Government at the end of the CMMI Benchmark event, and shall be presented in Contractor format. (A007) 3.9.8The Contractor shall document and submit the appraisal data including observations and documentation references. The appraisal data report (DI-MISC-80477A) shall cover both the CMMI Evaluation and Benchmark appraisals, and be presented in Contractor format. The report shall be due to the Government ten (9) months after contract award. (A008) 3.9.9Accidents and Incidents. The Contractor shall immediately report any major accident or incident, including fire, which results in any of the following: one or more disabling injuries, damage to Government property exceeding $10,000, disruption of program plans or production schedules, degradation of the safety of equipment under contract such that personal injury or property damage may be involved, or identifies a potential hazard which requires correction action (DI-SAFT-81563). (A009) 3.9.10Contractor Administrative Report: Reporting - Contractor Roster (DI-MGMT-81596, Tailored): Within 10 days of contract award, the contractor shall prepare and deliver to the Government the following: 1.Name of Contractor 2.Contract Number (including the task order number, if applicable) 3.Start date and end date of contract 4.Names of contractor personnel occupying administrative space at Picatinny 5.The Building number the contractor personnel occupy (A010) 4ACCOUNTING FOR CONTRACT SERVICES 4.1The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for ARDEC via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. 4.2Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2018. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. [End of PWS] PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.246-4, Inspection of Services -- Fixed-Price (Aug 1996) FAR 52.212-1, Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0013) (Jan 2017) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.219-28, Post-Award Small Business Program Representation (Jul 013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.247-34, F.o.b. - Destination (Nov 1991) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7002, Payment for Subline Items Not Separately Priced (Dec 1991) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005, Representation Relating to Compensation of Former DoD Official (Nov 2011) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.225-7048, Export Controlled Items (JUNE 2013) FAR 52.252-1 This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-2 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): http://farsite.hill.af.mil/ The following local clauses also apply: GENERAL INFORMATION TO OFFERORS OR QUOTERS 1.Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). "Fill-ins" are provided on Standard Form (insert form numbers), 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 (use one of the below in your solicitation) __ This Procurement is unrestricted (use if soliciting Full and Open Competition) _X_ This Procurement is 100%set-aside for (enter Small Business or other Socio-Economic Program). The applicable SIC/NAICS codes are: 541611 __ This Procurement is being solicited using Other Than Full and Open Competition in accordance with Title 10 U.S.C. 2304(c) (insert number) as implemented by FAR 6.302- (insert J&A authority). 5.Issuing Office U.S. Army Contracting Command - New Jersey ATTN: Gloria Thoguluva Office Symbol: ACC-NJ-JA Email: gloria.thoguluva.civ@mail.mil 6.Point of Contact for Information: Name: Howard Kane Title: Contract Specialist Email: howard.kane.civ@mail.mil Phone: (973) 724-7476 DISCLOSURE OF UNIT PRICE INFORMATION This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. HQ AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Address: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Email: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: Web Address: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. CONTRACT QUALITY REQUIREMENTS 1.) GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: Destination 2.) GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE Acceptance of supplies will be at: Destination The Government's acceptance of FATR (if required) will be at: Destination ADMINISTRATIVE SPACE OCCUPIED BY CONTRACTORS AT PICATINNY ARSENAL In the event that the Contractor, in performing the requirements in the Statement of Work (SOW) under this contract, will occupy Government owned administrative space on the U.S. Army installation, Picatinny Arsenal, NJ, the Contractor shall provide the following information: (1)Name of Contractor (2)Contract number (including the task order number if applicable); (3)Start date and end date of contract (4)Name(s) of Contractor personnel occupying administrative space at Picatinny (5)Building number being occupied (6)Square footage required (7)Current use of square footage (8)Unit Identification Code (UIC) for the contracted employees The information shall be reported within ten (10) days of award and shall be provided in accordance with the SOW and associated Contract Requirements Data List (CDRL) (DD 1423) and submitted to the following: Garrison Space Manager: Army Stationing Identification Program (ASIP) Manager: Procuring Contracting Officer (PCO): Contracting Officer's Representative (COR): {PCO to insert the name, office symbol and email for the above at time of award.} RELEASE OF INFORMATION RESEARCH AND DEVELOPMENT 1.Classified Contracts - The DOD Security Agreement (DD Form 441) and DOD Contract Security Classification Specification (DD Form 254) apply. 2.Unclassified Contracts-Restricted Release - Obtain the Contracting Officer's approval before releasing information received during this contract or generated from this contract, except if a college, university or laboratory receives the award and conducts the research on campus. 3.Unclassified Contracts-Unrestricted Release - You may release information received during the contract or developed from the contract without Contracting Officer's approval if: a.you are a college, university/laboratory; and b.you conduct the research on campus. But, obtain approval before releasing the information if there is a high likelihood of revealing abilities of military systems or information concerning manufacturing technologies unique and critical to defense. NOTE: Section J provides instructions for clearing technical material for release to the public and a sample clearance form (INME-PIC-IM Form 3002). [End of Provisions and Clauses] BASIS FOR AWARD 1. The Government will make one (1) award as a result of this RFQ. The Government will utilize the lowest priced quote meeting the acceptability standards for the non-cost factors in accordance with FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) Source Selection Process. 2. Discussion: The Government intends to evaluate quotes and award an order without discussions to offerors. Therefore, the offeror's initial quote should contain the offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. 3. Evaluation Factors and Evaluation Approach: Careful, impartial, and full consideration will be given to all quotes received pursuant to the RFQ and evaluations will be applied in the same manner. Factors against which the quotes will be evaluated are set forth below. Each quote received will be evaluated by Government personnel knowledgeable in the respective field. 4. 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 Evaluation Factors: Factor 1 - Technical Approach: The proposals will be evaluated based on the offeror's proposed plan to meet the key Objectives of the task order Performance Work Statement (PWS) and their proposed work breakdown structure (to include proposed subcontracting). The key objectives of the task order PWS are paragraphs 3.1 through 3.7. To receive an acceptable rating, the offeror must demonstrate that they have the technical expertise, personnel required, and, ability to obtain necessary travel arrangement and/or materials (if required) in accordance with the period of performance delineated within the PWS for all of the above items. Technical Approach Factor Ratings: RatingDescription AcceptableProposal meets the requirements of the solicitation. UnacceptableProposal does not meet the requirements of the solicitation. Factor 2 - Price: The price proposal will be evaluated for fairness and reasonableness in accordance with FAR 15.404-1(b). Price will not be scored. Adequate competition is anticipated for this contract. However, if deemed necessary by the Contracting Officer, a cost analysis may be performed per FAR 15.404-1(c). If the Government determines that adequate price competition was not obtained and/or if the total evaluated price cannot be deemed fair and reasonable, the Government reserves the right to request cost or pricing data and to evaluate such data utilizing the proposal analysis techniques delineated in the FAR 15.404-1 as deemed appropriate. Therefore, in instances when only one offer is received and the quote is $2,000,000.00 or more, the Contracting Officer shall obtain Certified Cost or Pricing Data. Offers under $2,000,000.00 require cost or pricing data, but such cost or pricing data is not required to be certified by the offeror. Cost or Pricing Data or Other than certified cost or pricing data shall be provided upon request in accordance with 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 probable 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)). Price Inconsistencies: A proposal is presumed to represent an Offeror's best effort to respond to the solicitation. Any significant inconsistencies, if unexplained, raise a fundamental issue of the Offeror's understanding of the nature and scope of work required and their financial ability to perform the contract, and may be grounds for rejection of the proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3adcdeca37a3a1e6a0c2d64f8498505c)
 
Record
SN05036083-W 20180816/180814231236-3adcdeca37a3a1e6a0c2d64f8498505c (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.