C70 Administrative Services

expired opportunity(Expired)
From: Federal Government(Federal)
N6660421Q0438

Basic Details

started - 23 Jul, 2021 (about 2 years ago)

Start Date

23 Jul, 2021 (about 2 years ago)
due - 23 Jul, 2021 (about 2 years ago)

Due Date

23 Jul, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
N6660421Q0438

Identifier

N6660421Q0438
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707415)DEPT OF THE NAVY (156635)NAVSEA (28063)NAVSEA WARFARE CENTER (18910)NUWC DIV NEWPORT (1882)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 0004 is issued to provide the Performance Requirements Summary Table (PRST) as an attachment, and to extend the date offers due.---------------------------------------------------------------------------------------------------Amendment 0003 is issued to answer industry questions.QUESTION 14: Is it the Government's intent to require resumes? Is the government expecting Letters of Commitment for all proposed personnel?ANSWER 14: Resumes and letters of commitment are not requested at this time.QUESTION 15: Mandatory Requirements – Facility Security Clearance, DD254 – Secret. It is understood that SECRET FCL is important and enhances the ability of contractors to support the customer. However, this requirement is prohibitive to many small business and disadvantaged contractors (SB, HUBZONE and 8(a)) interested in proposing for this work and will limit competition. It is assumed that the resources allocated to this contract will have an active secret clearance, at time of
contract engagement, and that the work will be conducted at government facility, therefore, the government should increase competition by allowing initiation of Secret Facility Clearance and processing at time of award rather than at time of proposal submittal. Will the government consider amending the mandatory requirements to incorporate language that will enable a wider range of opportunity to participate to disadvantaged small businesses for this effort?ANSWER 15: As specified in the solicitation, paragraph (D)(ii) the offeror shall provide proof of an existing facility clearance.QUESTION 16: Please confirm the only required volumes are past performance and pricing. No section L was provided with instructions.ANSWER 16: Offerors must submit items (A) through (F) as listed in the solicitation.----------------------------------------------------------------------------------------------Amendment 0002 is issued to answer industry questions.QUESTION 12: Will there be any Government Furnished Equipment provided (such as an NMCI computer)? Section 4.2.3 states The contractor shall type, merge, revise, update, format, proofread, serialize, print and prepare Classified documents on equipment approved for classified material at the security level of the document being processed. And 4.2.5 states The contractor shall obtain market research quotes for equipment procured as part of a scientific and investment proposal.ANSWER 12: Yes, GFE will be provided.  Incidental Government Property Made Available form is provided as an Attachment to this solicitation.QUESTION 13: What is the percentage of remote and onsite work? Is this due to the pandemic? If staff is remote at the contractors facility, should there be a different rate included for consideration? Would a blended rate be acceptable?ANSWER 13:  Performance is 100% at Government site.----------------------------------------------------------------------------------------------Amendment 0001 is issued to answer industry questions.QUESTION 1: The RFP indicates that there is 1 Full Time Equivalent (FTE) Secretary III position with a total of 1872 hours.  For a full-time employee, the Department of Labor Wage Determination requirements set minimum hours for Holidays at 88 hours, Vacation at 80 hours and Sick Leave at 56 hours.  Given a total number of possible hours at 2080 for a year, less the required holiday and leave hours at 224 hours, this would calculate to 1856 possible billable hours.  Please explain how the government has arrived at 1872 hours for a full time equivalent.ANSWER 1: The hours listed below have been revised to reflect one (1) FTE as 1857 hours, instead of 1856 hours as 1857 is equally divisible by the 3.  Please note that these hours are an estimate Level of Effort (LOE) for the tasking.QUESTION 2: The RFP indicates 4 FTE Administrative Assistants at 3,273 hours.  For each full-time employee, the Department of Labor Wage Determination requirements set minimum hours for Holidays at 88 hours, Vacation at 80 hours and Sick Leave at 56 hours.  Given a total number of possible hours at 2080 per employee for a year, less the required holiday and leave hours at 224 hours, this would leave 1856 possible billable hours per employee totaling 7,424 hours (1856 X 4).  Please explain how the government has arrived at 3273 hours for 4 full time equivalent Administrative Assistants.ANSWER 2: See Answer 1.QUESTION 3: Given the total number of hours indicated in the RFP for the 4 Administrative Assistants are 3,273, please explain how the hours are allocated between the 4 Administrative Assistants.ANSWER 3: See Answer 1.QUESTION 4: Which of the functions detailed in the SOW are to be performed by the Secretary III position?ANSWER 4: The position of Secretary III will support Code 701, performing the tasking under SOW 4.1 through 4.5.  The Administrative Assistant positions will support Codes 7001, 7012, 702, and 709, performing all of the tasking under SOW 4.0.QUESTION 5: Please provide the Government’s estimate of the hours required for each of SOW technical requirements which include: |a)            Front Desk Receptionist Servicesb)            Documentation and Preparation Handlingc)            Filing and File Retrievald)            Duplicatione)            Processing and Handling of Mailf)             Data Processingg)            Administrative Supporth)            Operations and Logisticsi)             Configuration Management and Data ManagementANSWER 5: See Answer 4.QUESTION 6: What are the expected work hours under this contract for the staff?ANSWER 6: Regular working hours must take place between 7:30 a.m. and 4:00 p.m., Monday through Friday, excluding Government holidays.  Regular working hours must consist of an 8 hour period during above stated hours of operation with a ½ hour lunch between 11:00 a.m. and 1:00 p.m.QUESTION 7: If the Prime Contractor does not have a Facility Clearance Level (FCL) and their Teaming Partner, Sub-Contractor, has the FCL, would that suffice as having satisfied the requirement for a current DD-254?ANSWER 7: The Prime Contractor is required to have an FCL equivalent to what is identified on the DD254, in this case Secret. Even if a subcontractor has the required FCL, classified work cannot happen until the prime is granted the appropriate FCL.QUESTION 8: In reviewing the SOW for the above requirement, the hours in the estimated level of effort for the "FTE" requirements are all for part time work. It will be extremely difficult to recruit individuals for these positions for the hours requested. Will the government consider reducing the number of individuals and increasing the hours to full time hours?ANSWER 8: Note that each CLIN has a Period of Performance (POP) of four (4) months.  See Answer 1.QUESTION 9: The Solicitation has the CLINS listed as follows:CLIN 0001 - 01313 Secretary III, 1.0 FTE, 624.0 hours, CLIN 0001 - 01020 Administrative Assistant, 4.0 FTE, 1,091.0 hours, For a total of:  5.0 FTE, 5,145.0 hours.  The CLIN for the Secretary III FTE is 624*3=1,872 hours. The Total for the 4 FTE for Admin Assistant is 1091*3=3,273. The Secretary III has hours comparable to a Full Time Equivalent at 1872 (2080- Less Holiday, Vacation, and Sick).  The hours shown for 4 Admin Assistant comes to 818.25 each (3,273/4=818.25).  This is much less than the hours for a standard FTE.(a). Will the government provide clarity regarding the expected level of staffing?(b). Are the 4 Admin Assistants part time?(c). Is there one full time and the other three part time?(d). Are the hours for the 4 Admin Assistants equally distributed?(e). If the Admin Assistants are not full time, do they have regular office hours and what are they?ANSWER 9: See Answer 1 and Answer 6QUESTION 10: Are all five positions listed in the Solicitation currently filled or are there openings on the current contract?ANSWER 9:  As stated below in the solicitation, the NUWCDIVNPT intends to award a new FFP contract for administrative services.  This requirement is a follow-on to N6660120P8318 which will end on 27 July 2021. QUESTION 11: Do all positions require a Personnel Clearance?ANSWER 11: All positions require a Personnel Clearance for access to the NUWCDIVNPT campus.----------------------------------------------------------------------------------------------------------------------PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). The Request for Quotation (RFQ) Number is N6660421Q0438.This requirement is a follow-on to N6660420P8318, which was awarded to Evertech LLC on 28 July 2020, valued at $192,038.64, with an estimated Level of Effort (LOE) of 5,616 hours for one (1) year.This procurement is solicited as a 100% small business set aside as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs. The North American Industry Classification System (NAICS) Code for this acquisition is 561110. The Small Business Size Standard is $8.0M.---The Naval Undersea Warfare Center Division, Newport intends to award a FFP contract for administrative services as specified in the Statement of Work and Security Classification (DD254), attached to this notice.  The pricing structure will be as follows:CLIN 0001 – Administrative Services, four (4) months, estimated Period of Performance (POP) 08/01/2021 to 11/30/2021 CLIN 0002 – Option for the continuation of Administrative Services, four (4) months, estimated POP 12/01/2021 to 03/31/2022 CLIN 0003 – Option for the continuation of Administrative Services, four (4) months, estimated POP 04/01/2022 to 07/31/2022 If all options are exercised, the total potential POP is one (1) year from date of award.---Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular, which may be accessed at:FAR: https://www.acquisition.gov/far/DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.htmlThe below clauses and provisions apply to this solicitation:FAR 52.204-19 Incorporation by Reference of Representations and CertificationsFAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal LawFAR 52.212-1 Instructions to Offerors – Commercial ItemsFAR 52.212-2, Evaluation – Commercial ItemsFAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial ItemsFAR 52.212-4, Contract Terms and Conditions--Commercial ItemsFAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial ItemsDFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident InformationDFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident ReportingDFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation SupportDFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense ContractorsThe below clause applies to this solicitation:FAR 52.217-9 Option to Extend the Term of the Contract.(a) The Government may extend the term of this contract, by written notice(s) to the contractor, at any time prior to the option start date(s) of CLINs 0002 and 0003.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed one (1) year.(End of clause)The following addenda or additional terms and conditions apply:Defense Priorities and Allocations System (DPAS) rating is DO-C9.This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement.Preferred method of payment is Government Credit Card but may be made by Wide Area Work Flow (WAWF).---This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the required item and/or service, meeting the Government's minimum requirements, in the required quantities; (2) the offeror must meet the required delivery date and/or period of performance; and (4) the offeror shall submit the following information with its quote which will be evaluated:(A) Offeror contact information to include: Point of Contact for contract performance (including name, title, phone number, and email address), Offeror CAGE Code, and Offeror DUNs number.  Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award. Instructions for registration are available at the following website: https://www.sam.gov/SAM/(B) Separate Fixed-Firm Pricing for each CLIN.(C) Signed copy of the representation at FAR 52.204-24 as attached to this solicitation(D) A plan for obtaining clearances. The plan shall not exceed two (2) pages. Proof of existing facilities clearance is not included in the page count limitation.     (i) Personnel Clearances: The offeror shall submit a plan for obtaining personnel clearances at the required level by the time of performance, as specified in the DD Form 254. The plan shall include confirmation of existing personnel clearances, detail the Offeror’s process for obtaining personnel clearances, and outline the schedule for obtaining any required new personnel clearances.    (ii). Facilities Clearances: he Offeror shall provide proof of an existing facility clearance at the level specified in the DD254 for all locations where classified work under this contract will be performed. The Offeror shall provide CAGE Codes and addresses for all locations where work will be performed that require classified facilities as defined in the DD254 and associated references. An Offeror’s statement that it has a facility clearance is not sufficient proof. The Government will confirm the facility clearance, CAGE code associated with the facility clearance, of the Offeror. If the Offeror does not provide proof of a Facility Clearance at the level specified in the DD254, then the Offeror may be determined ineligible for award.(E) Labor MatrixThe Offeror shall provide a complete labor matrix representing the one-year level of effort demonstrating an appropriate mix of personnel to accomplish all of the Statement of Work (SOW) Tasks. The labor matrix shall correlate the labor categories for all personnel with their corresponding hours, and separate the hours by each four (4) month CLIN. Below is the Government’s estimated labor mix for the SOW tasking.CLIN - Labor Category, Full-Time Equivalent (FTE) Estimate, Estimated Level of Effort (LOE)CLIN 0001 - 01313 Secretary III, 1.0 FTE, 619.0 hoursCLIN 0001 - 01020 Administrative Assistant, 4.0 FTE, 2,476.0 hoursCLIN 0002 - 01313 Secretary III, 1.0 FTE, 619.0 hoursCLIN 0002 - 01020 Administrative Assistant, 4.0 FTE, 2,476.0 hoursCLIN 0003 - 01313 Secretary III, 1.0 FTE, 619.0 hoursCLIN 0003 - 01020 Administrative Assistant, 4.0 FTE, 2,476.0 hoursTOTAL - 5.0 FTE, 9,285.0 hoursThe Offeror may propose this estimated labor mix or deviate. If the Offeror’s proposed labor mix differs from the Government’s estimate by 5% or greater, in terms of either labor category or hours, the Offeror shall provide a rationale to explain how the Offeror’s mix is more appropriate than the Government’s estimate, as well as what the benefit of the deviation is to the Government. The rationale shall not exceed three (3) pages.The below Service Contract Act Wage Determination applies to this requirement, identified to the current Revision available as of the issue date of this solicitation:Wage Determination No.: 2015-4089, Rhode Island (Statewide).Current Revision No.: 15, 04/09/2021Wage Determinations (WD) can be accessed at https://sam.gov/content/wage-determinations  (F) Past Performance References:The Offeror shall provide three (3) past performance references, if available, that reflect recent relevant experience performed within the last three (3) years of the closing date of the solicitation that demonstrate the ability to handle work performed under this task order. Include a discussion on how the references provided are relevant to the work being proposed. Include contract/task order number, contract/task order type, program name, total contract/task order cost/price, short description of work performed, and names and valid telephone numbers for the Procuring Contract Officer (PCO), Contracting Officer’s Representative (COR), and Government Program Manager (PM). Each past performance reference shall not exceed two (2) pages per reference, for a total of six (6) pages.The Government may also use other information such as CPARS or other data available from Government sources to evaluate an Offeror’s past performance. The Government reserves the right to limit or expand the number of references it decides to contact, and to contact references other than those provided by the Offeror.---Quotes shall be submitted in the English language. The narrative material in the quote shall be prepared in no smaller than 10-point font, single-spaced. In the event photo reduction is used for tables, charts, and drawings, its presentation must be clear and legible. No pictures or hyperlinks are allowed.  Quotes and all attachments shall be readable by Microsoft Office or Adobe Acrobat.Questions about this requirement shall be emailed to the Primary Point of Contact, on or before 24 June 2021 at 2:00pm EST.Quotes shall be emailed to the Primary Point of Contact, on or before the response date and time as listed on this combined synopsis/solicitation. Quotes received after this date are late and may not be considered for award.  Quotes shall be valid for no less than forty-five (45) days. 

Newport ,
 RI  02841  USALocation

Place Of Performance : N/A

Country : United StatesState : Rhode IslandCity : Newport

You may also like

ADMINISTRATIVE SERVICES

Due: 14 Sep, 2025 (in 16 months)Agency: CENTERS FOR DISEASE CONTROL AND PREVENTION

Letter of Credit and/or Bank Loan Services

Due: 24 Apr, 2024 (Today)Agency: Procurement

PART TIME FINANCIAL ADMINISTRATIVE SERVICES

Due: 30 Sep, 2024 (in 5 months)Agency: SMITHSONIAN INSTITUTION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561110Office Administrative Services
pscCode R408Program Management/Support Services