Headquarters, Department of the Army (HQDA) Civilian and Military Personnel Human Resource Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
W91CRB-24-R-0014

Basic Details

started - 07 Mar, 2024 (1 month ago)

Start Date

07 Mar, 2024 (1 month ago)
due - 20 Mar, 2024 (1 month ago)

Due Date

20 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W91CRB-24-R-0014

Identifier

W91CRB-24-R-0014
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE ARMY (133116)AMC (72617)ACC (74992)ACC-CTRS (32894)ACC-APG (10712)W6QK ACC-APG (7699)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (6)

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.

SUBJECT: Solicitation No. W91CRB-24-R-0014; Request for Proposal (RFP)This is a COMBINED SYNOPSIS/SOLICITATION prepared in accordance with Federal Acquisition Regulations (FAR) Part 13. This announcement constitutes the only solicitation; proposals are being requested herein and a separate written solicitation will not be issued.This solicitation is a Request for Proposal (RFP). This action is a 100% Service-disabled veteran-owned Small Business (SDVOSB) Set-Aside under NAICS Code: 541612, Human Resources Consulting Services (Size Standard $29M).The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure Civilian and Military Personnel Human Resources Support Service (HRSS). This requirement will provide personnel and program management support services to the Office of the Administrative Assistant to the Secretary of the Army, Human Resources Management Directorate, in support of various Department of the Army military and
civilian personnel programs. The support includes Monitoring the alignment of faces to spaces on current Table of Distribution and Allowances (TDA) and supporting new Army Manpower Initiatives. The support requires Army Military and Civilian HR technical expertise, an understanding of the HQDA population, and experience with various HR and Manpower databases to include the Defense Civilian Personnel Data System (DCPDS), Automated Notification of Action (AutoNOA) and Force Management System (FMSWeb); Human Resources (HR) services to implement leader development programs in OAA, including providing supervisory training and executive coaching; and, Federal Employees Compensation Act (FECA) technical expertise and an understanding of the Department of Defense and Department of the Army Injury Compensation systems and procedures, as well as the HQDA FECA Database.The Government anticipates the issuance of a Firm Fixed Price (FFP) contract as a result of subject solicitation. The period of performance is for a total of five (5) years; one (1) base year with four (4) one (1) year option periods. Clause 52.217-8 “Option to Extend Services” will be included and evaluated in the RFP.Anticipated CLIN Structure:CLIN Description Contract Type0001 Base Year - Labor FFP0002 Base Year - Other Direct Costs & Travel Cost0003 Base Year - Contractor Manpower Reporting NSP1001 Option Year 1 - Labor FFP1002 Option Year 1 - Other Direct Costs & Travel Cost1003 Option Year 1 - Contractor Manpower Reporting NSP2001 Option Year 2 - Labor FFP2002 Option Year 2 - Other Direct Costs & Travel Cost2003 Option Year 2 - Contractor Manpower Reporting NSP3001 Option Year 3 - Labo FFP3002 Option Year 3 - Other Direct Costs & Travel Cost3003 Option Year 3 - Contractor Manpower Reporting NSP4001 Option Year 4 - Labor FFP4002 Option Year 4 - Other Direct Costs & Travel Cost4003 Option Year 4 - Contractor Manpower Reporting NSPOther Information/Requirements:It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider an Offer that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements may result in the Offeror being deemed non-responsive to the solicitation.2. Place of Performance: RESOURCE AND PROG AGY 9301 CHAPEL ROAD 2SE 4006 BUILDING 1458 FORT BELVOIR VA 22060-5527All responsible sources may submit a proposal/quote which will be considered by the Contracting Officer. The Offeror must be registered in the System for Award Management (SAM) database and include the assigned CAGE Code with proposal/quote.The Offeror shall submit any questions regarding the combine synopsis-solicitation via email to the below contract information by 09:00 AM – EST on 04 March 2024. The Offeror shall submit their proposal/quote via email to the below contact information by 09:00 AM – EST on 20 March 2024, Please note there is a 5MB limit on email size.Contact Information:Ronald Turing, Contract Specialist, Army Contracting Command – Aberdeen Proving Ground (ACC-APG)Email: ronald.h.turing.civ@army.milANDSharon Snow, Contracting Officer, Army Contracting Command – Aberdeen Proving Ground (ACC-APG)Email: sharon.l.snow.civ@army.milBasis for Award:Proposals will be evaluated in accordance with FAR 13.106-2 “Evaluation of Quotations or Offers”. The Government conduct a comparative evaluations where we compare offerors to each other to select the contractor that is best suited and provides the best value. The Government will consider price and technical when making an award. The Government intends to award to the proposal that is determined to be the most advantageous to the Government, with appropriate consideration given to the three (3) evaluation factors: Technical and Cost/Price. The Government reserves the right to award without discussions. Additionally, the Contracting Officer reserves the right to make no award under this solicitation.Price: The total evaluated price (TEP) to be used in the award determination will be the total of ALL Section B CLINs, including the calculated price of the Option to Extend Services in accordance with FAR 52.217-8, as detailed below.Firm fixed price CLINs will be evaluated for fairness and reasonableness in accordance with FAR 15.404-1. In accordance with FAR 15.404-1(a)(1) the various analytical techniques and procedures described in FAR 15.404-1 will be used singly or in combination with others to ensure the awarded price is fair and reasonable. Cost reimbursement ODC CLINs will be subject to cost realism analysis in accordance with FAR 15.305(a)(1).An offeror's submitted proposal is presumed to represent the Offeror's best effort to respond to the solicitation. Any inconsistency between the price proposal and other sections of the Offeror's proposal (e.g., technical proposal), whether real or apparent, shall be explained in the proposal. Any significant inconsistency, if unexplained, may raise fundamental questions regarding the Offeror's understanding of the nature and scope of the work required and may be grounds for rejection of the proposal.The Government will perform unbalanced pricing analysis on each offeror’s proposal, and may determine that an Offeror's price proposal is not awardable if the prices proposed are materially unbalanced. As detailed in FAR 15.404-1(g), unbalanced pricing exists when, despite an acceptable total evaluated price, one or more contract line items/years are significantly overstated or understated by the application of price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.If subcontractor sealed volumes are submitted, they will be evaluated by the Government using the same methodology detailed above.Proposed and/or negotiated labor rates found to be fair and reasonable shall be incorporated into the contract in order to pricing stability throughout the life of the contract.Evaluation of Option to Extend Services under FAR 52.217-8. As part of price evaluation, the Government will evaluate its option to extend services in accordance with FAR clause 52.217-8, by adding six (6) months (50%) of the Offeror's final option period price to the Offeror's total price, to calculate the Offerors total evaluated price. Offerors shall only price the base and option periods. Offerors shall not separately price for the potential six-month extension of services period. The Government is not obligated to exercise any option period and may, in the Government's discretion, choose to exercise the Extension of Services at the end of any performance period (base or any option period), utilizing the price/rates of that current performance period.Technical: (Technical proposals shall not exceed 15 pages)Offerors shall provide sufficient information for the Government to determine the ability of the Offeror to perform the requirements of the RFP. The Offeror's proposal shall describe in detail its technical approach to performing the requirements of the Performance Work Statement (PWS) in meeting the following:Note: The Technical Proposal shall not include any cost or pricing data.Technical Approach The offeror’s proposal shall demonstrate a clear, concise, comprehensive understanding and methodology for the following specific tasks on part 5 of the PWS:Development of a Plan of Action and Milestone (POA&M)Management of Civilian and Army PersonnelLeadership DevelopmentManagement of HQDA workers compensation ProgramManagement of Service Contract ReportingStaffing and PersonnelThe Government will evaluate the Offeror’s proposed Staffing Plan for HR Support positions, to include the Offeror’s proposed processes and specific technical screening actions to recruit, vet, and staff personnel who meet the minimum labor category qualifications for each position as outlined in Performance Work Statement (PWS). The Government will also evaluate the Offeror’s identified risks and mitigation strategies required to ensure the personnel meet all the minimum labor category requirements.Personnel Resumes: The Offeror's proposal shall include resumes (two pages maximum) for all personnel listed in PWS. Resumes shall include: 1) brief career summary with 2-3 sentences describing overall relevant experience, 2) relevant experience to include each Company/Service/Organization with brief description of the type of work/tasks performed and include To/From dates for each with month and year, 3) educational background with post-high school degree(s), major(s), school, and graduation dates, 4) as applicable any special qualifications, and 5) security clearance level and if active. Note: Resumes are not included in the page count.Labor Compliance Matrix: The Offeror shall include a labor compliance matrix demonstrating how all required personnel meet the minimum education and experience requirements for each labor category of the PWS.ManagementOfferor’s proposal shall demonstrate to the Government the amount of relevant experience and knowledge they have of the technical requirements specified in PWS Section 4.2 and corporate experience and knowledge of working with the Department of Defense (DoD). The plan shall describe the offeror’s approach to providing all required support staff for operations, a detailed organization and staffing chart that delineates clear lines of control, decision making and coordination inside and outside of the offeror’s organization. Offerors shall provide an outline of how the effort, required by the PWS, will be assigned and prioritized for performance within the contractor’s corporate entity.The Offeror's proposal shall include the Offeror’s proposed management methodology and ability to manage PWS tasks. The Offeror’s response must contain sufficient detail to enable the Government to assess the Offeror’s capabilities to support the HRMD organizational goals and objectives for successful contract performance.Transition PlansThe Offeror shall submit their Transition Plans with their response for the solicitation accordingly:A. The Offeror shall present their approach to transition-in work from the incumbent vendor with minimal disruption to ongoing operations. The transition-in shall be accomplished within no more than 30 calendar days and the approach to the transition-in shall:Clearly demonstrate a reasonable, achievable approach for assuming full contractual responsibility without disruption or degradation of performance during the training period.Identify risk and propose appropriate mitigation strategies.Propose a reasonable, achievable, and efficient transition schedule and staffing plan.Ensure sufficient resources are on hand and available to begin work on the effort.Provide an approach to ensure the availability of trained and qualified personnel.B. The Offeror shall present their approach to transition-out work to the incoming contract team with minimal disruption to ongoing operations. The transition-out plan shall not exceed 60 calendar days and the approach shall: Enable a smooth transition to replacement services and ensure no disruption in service when the existing contract performance period ends.Provide for phase-in support for up to 60 days to the selected contractor if the incumbent contract is not selected herein.Allow for the transfer of knowledge, experience and lessons learned to the new contractor.Include a process to appropriately transfer all property, documentation, digital and hard copies of all in-progress working files, historical files, and briefings for incoming personnel, timelines and standards for completion.The Government will evaluate the extent to which the Offeror demonstrates successful performance of all requirements of the PWS with regards to the Technical Approach, Staffing and Personnel, Management and Transition Plan. The Government will evaluate the Offeror's proposed technical solutions, demonstrated understanding of the objectives of the PWS and feasibility of approach to determine likelihood of successful contractor performance. The following elements will be evaluated:• Ability to provide a clear and detailed response, which demonstrates a complete understanding of the PWS requirements and ability to assist the Government in meeting its objectives.• Ability to provide a complete understanding of the requirement and how different deliverables within the PWS can be utilized.• Level of innovation and original thought presented.• Understanding of risk within the requirement and ways to mitigate any identified risk, and likelihood of success in overcoming those obstacles.• Ability to provide a clear and detailed plan documenting any issues, solutions, and implementation plan for each issue for the extent to which it will result in successful performance.• Ability to provide Key Personnel with appropriate experience and qualifications. Resumes will be evaluated based on the currency, quality and depth of experience of individual personnel working on similar projects (size, scope, magnitude, duration, and complexity, as well as the ability to recruit, hire and retain and develop qualified staff).• Content and cohesiveness of the Management and Transition Plans. The technical element of the evaluation will be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not provided in the proposal.Provisions and Clauses applicable to this acquisition are as follows:FAR 52.203-3 Gratuities, APR 1984FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, AUG 2020FAR 52.212-4 Contract Terms and Conditions--Commercial Items, OCT 2018FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, JAN 2021FAR 52.213-1 Fast Payment Procedure, MAY 2006FAR 52.215-23 Limitations on Pass-Through Charges, JUN 2020FAR 52.216-24 Limitation Of Government Liability, APR 1984FAR 52.216-25 Contract Definitization, OCT 2010FAR 52.216-26 Payments Of Allowable Costs Before Definitization, DEC 2002FAR 52.216-28 Post-Award Small Business Program Representation, SEP 2021FAR 52.222-54 Employment Eligibility Verification, OCT 2015FAR 52.224-2 Privacy Act, APR 1984FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, DEC 2013FAR 52.237-3 Continuity of Services, JAN 1991FAR 52.246-4 Inspection Of Services--Fixed Price, AUG 1996DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, SEP 2011DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, DEC 2019DFARS 252.217-7027 Contract Definitization, DEC 2012DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DEC 2018DFARS 252.232-7010 Levies on Contract Payments, DEC 2006Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://farsite.hill.af.mil/.Attachments: Performance Work Statement Price Proposal Template

Fort Belvoir ,
 VA  22060  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Fort Belvoir

Office Address : 6515 INTEGRITY COURT ABERDEEN PROVING GROU , MD 21005-5001 USA

Country : United StatesState : MarylandCity : Aberdeen Proving Ground

You may also like

Amendment 1: Department of Energy Support Services

Due: 30 Apr, 2024 (Tomorrow)Agency: DOE

R--Amendment 1: Department of Energy Support Services

Due: 30 Apr, 2024 (Tomorrow)Agency: ENERGY, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 541612Human Resources Consulting Services
pscCode R431SUPPORT- PROFESSIONAL: HUMAN RESOURCES