Quality Assurance

AMILS – Asset Management & Integrated Logistics Support Services

Summary: The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires asset management & integrated logistics support services per the attached Statement of Objectives (SOO). This procurement is set-aside for Women-Owned Small Businesses (WOSB) – The associated North American Industrial Classification System (NAICS) code is 541614 with a size standard of $16.5M. ATF will issue a Single Award to the responsible WOSB whose GSA quote meets or exceeds the stated evaluation criteria. Questions [were] due by 1:00pm Eastern Standard Time (EST) Friday, 9/17/2021, in order to be addressed timely. QUOTATION INSTRUCTIONS: The contractor shall submit a complete response/quotation to this RFQ via eBuy, to include a Performance Work Statement, Quality Assurance Surveillance Plan, applicable Resumes, [three (3) past-performance references/executed contracts,] fill-ins for FAR clause, #52.209-7(b), & for ATF clause, #ATF-50, [a pricing narrative, the completed Pricing Table] and all-applicable price discounts/reductions. Submissions can be in Microsoft Word, Adobe or Excel (as applicable). Submissions shall not exceed 30 pages and shall be 8″ x 11″ with: 1″ margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated. Contractor does not need to submit multiple volumes if it clearly labels the sections and organizes the sections, to include cross referencing to the SOO where applicable. While resumes do not count against the aforestated page limit, they shall not exceed two (2) pages per person. [Additionally, only the resumes for the Program Managers are required with the vendor’s submission prior to award. Resumes for the remaining contracted Logistics Support (CLS) staff are required prior to the background investigation. Lastly, the Pricing Table does not count against the page limit either.] EVALUATION CRITERIA: The evaluation of quotations will be based on the below evaluation criteria, in order of importance. FACTOR 1: Technical-Management Approach The Government will evaluate the degree to which the Vendor effectively demonstrates knowledge, understanding and technical ability to successfully perform and manage the requirements of the Statement of Objectives (SOO) and Performance Work Statement (PWS). Additionally, the Government will evaluate appropriateness, soundness and reasonableness of the Vendor’s problem resolution, logistic considerations, corporate commitment to achieve the overall project objectives and methodology for providing resource support. Personnel Qualifications: The Government will evaluate the degree to which the resumes of the Vendor’s proposed personnel (Program Manager [and CLS staff]) demonstrate the individual’s ability to execute SOO [requirements] and [resulting] PWS based on the strength of relevant education and training, as well as depth and breadth of relevant experience. All qualifications must be IAW the SOO and [resulting] PWS. ATF will use the following adjectival ratings for Factor 1: Very Good, Satisfactory, Marginal, and Unsatisfactory. FACTOR 2: Past Performance [The vendor shall submit three (3) past-performance references/executed contracts for this Factor.] It shall also provide a detailed summary of the work performed for each past-performance reference submitted. Where possible, ATF intends to interview each reference provided to verify project scope and dollar value and to obtain additional past-performance information. The Vendor shall provide [the] telephone number, fax number, and email address for the technical and[/or] contractual points of contact with each referenced project, as well as a description for each referenced contract/task order[; this applies to past performance it submits for proposed] significant subcontractors that will perform major (> 25%) or critical aspects of the requirement. The government may consider the past performance of other companies when they are team members, affiliates, or significant subcontractors[]as such information would be relevant to the acquisition; however, the vendor must clearly explain how these other companies will be significantly involved in the proposed contract. The Government will evaluate the firm’s quotation to determine the extent to which its recent (no more than three, 3, years) and relevant (similar in size, scope and complexity) performance demonstrates the likelihood of successful performance in fulfilling the requirements of this solicitation. The Government may choose to evaluate publicly-available reports[] and/or data from the Contractor Performance Assessment Reporting System (CPARS). The Government may use present and/or past-performance data obtained from a variety of sources, not just those contracts identified by vendor. The information gathered for past performance may also be used in the responsibility determination. ATF will use the following adjectival ratings for Factor 2: Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral. FACTOR 3: Price (Non-Technical, Non-Rated) The Vendor’s price quotation will not receive an Adjectival Rating. Instead, it will be evaluated in accordance with FAR subpart 8.405-2. This process involves verifying figures are calculated correctly, prices are reasonable and presented in an adequate format, and prices and/or discounts are included for all SOO [requirements] and [resulting] PWS. The Vendor shall present all information in an organized fashion so ATF will understand the price of the work to be performed. It shall also fully price out its solution [using the Pricing Table], ensuring it considers and addresses all of the requirements. The price quotation must contain sufficient and detailed information/material [including a narrative, the labor categories, rates, and hours] to allow the CO to perform an analysis of the proposed price of the work and determine price reasonableness. The Vendor shall also submit pricing for the [Additional/Ad-Hoc Support described in Section 3.2.2 of the SOO] using the Pricing Table]. ATF will evaluate all of the pricing but may not fund the optional CLINs or optional tasks and/or deliverables (if applicable) due to budgetary constraints and changing mission needs. [Vendors shall use the attached Pricing Table and include it with its submission.] While the Government will consider the option at FAR clause #52.217-8 to have been evaluated through the evaluation of rates proposed for the last ordering/option period, said evaluation shall not obligate the Government to exercise the option(s). Factors 1 and 2, when combined, are significantly-more important than Factor 3. The Government reserves the right to: award without revisions to quotations and limit the competitive range, if any, for purposes of efficiency. TERMS AND CONDITIONS: To be considered for award, the Contractor must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services it’s offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items, if applicable, must be NEW and covered by the manufacturer’s warranty. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

ISO 9001, AS 9110, ISO 14001, and ISO 45001 Registrations for COMFRC (US Navy)

Summary: To MAS Vendors under 541611: Please find the attached Request for Quotation for 1512099 – Commander, Fleet Readiness Centers (US Navy) ISO 9001, AS 9110, ISO 14001, and ISO 45001 Registrations. The services to be provided under this contract are to register and maintain registration of the Industrial Depot Sites of Fleet Readiness Center Southeast, Jacksonville, FL (FRCSE), Fleet Readiness Center East, Cherry Point, NC (FRCE), Fleet Readiness Center Southwest, North Island, CA (FRCSW) as ISO 9001, AS9110, ISO 14001, and ISO 45001, (FRCs MA, NW, and W are registered to AS9110 only) to include follow-up Surveillance/Maintenance Audits as required through the end of the contract. The contractor shall honor previous certifications by other agencies to include their re-certification schedules (See Attachment, C.3 Scope for detailed Facility Size and Audit Information). NAICS Code: 541611 – Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services Period of Performance: (Start date upon award) 1 Base Year, plus 4 Option Years, to include a six (6) month option extension IAW FAR 52.217-8. Attachments in this correspondence are as follows: 1. Request for Quote Document (RFQ1521099_ISO Audit.pdf) 2. Attachment A – Standard Form 1449 3. Attachment B – Key Personnel Qualifications Matrix 4. Attachment C – Project Staffing Plan Table 5. Attachment D – Quality Assurance Surveillance Plan QASP 6. Attachment F – COR Appointment Letter (to be sent upon award) 7. Attachment G – Travel Request Form 8. Attachment H – Organizational Conflict of Interest (OCI) 9. Attachment I – Non-Disclosure Agreement (to be filled upon award) 10. Attachment J – Price Proposal Template ***essential document to calculate your offer for Section B of the RFQ*** FOR QUESTIONS: Contractors will submit any questions directly to the given Google Form Questionnaire for this solicitation on or before 19 August 2021, Thursday at 4:00 PM (EDT). Solicitation Questionnaire Link: https://forms.gle/D6YWADJ25tsLbiZm SUBMISSION OF OFFER 1. Submit proposals through GSA eBuy 2. Selected awardee must register in ITSS. 3. No paper (hard copy) offer will be accepted. THE DUE DATE FOR THE SUBMISSION OF THE OFFER IS 23 August 2021, Monday at 5:00 PM (EDT).

Vehicle: PSS

RFP release date: 8/11/2021

Proposal due date: 8/23/2021

Related Attachments:

Read more

Survey Support Services

Summary: Questions must be submitted in writing and only via email to LaVonne Y. Hill at HillL@gao.gov. Written questions must be submitted on July 1, 2021 at 10:00 AM EST. A Survey Assistant is needed to perform clerical and administrative tasks to support questionnaire surveys, structured interviews, and DCI data capture at GAO. A Project Manager is needed to supervise the work of the Survey Assistant and to prepare monthly reports detailing the work of the Survey Assistant (including alternates). These positions will enable GAO’s Survey Group to provide high q uality, timely, and cost-effective support to GAO staff in their questionnaire surveys, other structured data collections, and data entr y projects. The work done by the Survey Assistant will provide essential data collection administration, data entry management, and technical quality assurance that survey specialists and other GAO staff are not able to perform, given the time-intensive and technicall y detailed nature of the tasks, and GAO staff’s obligation to concentrate their resources on core methodological design and implemen tation of data collection and analysis.

Vehicle: PSS

RFP release date: 6/25/2021

Proposal due date: 7/15/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com