Fort Lee Department of Human Resources Military Personnel Service (№13782996)

22 mar

Number: 13782996

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


22-03-2019

Description


Fort Lee Department of Human Resources Military Personnel ServiceSolicitation Number: W91QF5-19-R-0005
Agency: Department of the Army
Office: Army Contracting Command, MICC
Location: MICC - Fort Eustis (Joint Base Langley-Eustis)

Solicitation Number: W91QF5-19-R-0005

Notice Type: Award

Contract Award Date: March 19, 2019

Contract Award Number: W91QF5-19-C-0005

Contract Award Dollar Amount: $7976181.08

Contractor Awarded Name: GEMINI TECH SERVICES LLC

Contractor Awarded DUNS: 786169511

Contractor Awarded Address: 5019 E I-20 FRONTAGE RD

Willow Park, Texas 76087
United States

Synopsis: Added: Jan 31, 2019 1:56 pm W91QF5-19-R-0005
Combined Synopsis/Solicitation
For
Department of Human Resources Adjutant General Services

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; proposals are being requested and a written solicitation will not be issued.


This announcement constitutes the only solicitation, request for proposals (RFP) are being requested and a written solicitation will not be issued. The Mission and Installation Contracting Command (MICC), Fort Lee, VA intends to procure non personal services to for administrative and professional support and include planning, programming, administration, and management support for new employee system access, functional administration, performing military personnel accounting, preparing electronic Military Personnel Office (eMIILPO) reports, Student/Trainee/Solider/Officer in- processing, personnel surveys, processing promotions, procurement officers, and re- assignments, maintaining order systems, out processing, pre/post retirement, transition/separation, Defense Enrollment Eligibility Reporting System (DEERS), Soldier Readiness process support, and serve/support committees/meetings/inspections.


Contractor performance requirements are timely receipt of deliverables, receipt of output (as stated in the PWS), standard operation procedures for PWS Section 1 Task, and Contracting Officer"s Representative (COR) measurements of customer complaints with the Project Manager at the time of occurrence or receipt of complaint.
This service supports the military, family members, civilians, retirees and specific support for contractor and retired civilians.


The services will be performed at Fort Lee, Virginia. There are no geographic or location limitations/issues.


The PWS includes Government/Army unique training. This training is deemed necessary for the performance of a Government or Army contract which is available only through Government or Army schools, seminars or conferences. This training includes security, safety, environmental, and privacy act training. The Contractor is also required to complete Survivor Benefits Plan certification through the Army Learning Management System (ALMS).
All branches of the service require military administrative and professional support.


Solicitation number W91QF5-19-R-0005 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 dated 20 December 2018. This is an 8(a) competitive acquisition. The NAICS Code is 561110, Office Administrative Services, with a size standard of
$7500000.00. The complete Offer Schedule, Performance Work Statement, and any other associated documents can be downloaded at https://www.fbo.gov/ under subject solicitation number.


It is contemplated that the Period of Performance will be for a base year (anticipated to begin on or about 16 March 2019); with two additional option periods.


The provision at 52.219-18 - Notification of Competition Limited to Eligible 8(a) Participants is applicable. The provision 52.219-14 -- Limitations on Subcontracting is applicable.


The provision at 52.212-1 Instructions to Offerors-Commercial Items (July 2013), is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services - Fixed Price. The provision is amended to incorporate FAR 52.252-1 Solicitation Provisions Incorporated by Reference is applicable. (Fill-in information - ,http://farsite.hill.af.mil).


The provision at 52.212-2, Evaluation - Commercial Items, is not applicable. Section M describes the evaluation criteria.


Evaluation critera are Mission Capability, Past Performance and Price. To be considered Technically Acceptable, the offeror must receive a Technically Acceptable rating for the following evaluation factors: Mission Capability, Past Performance and Price. The order of importance for evaluation factors is Mission Capability, Price, and Past Performance. See section M of this combined synopsis/solicitation, Evaluation Criteria, for further information.


Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror"s final option period price to the offeror"s total price. Offerors are required only to price the base and option periods. The Government may choose to exercise the Extension of Services at the end of any performance period (Base or Option Periods), utilizing the rates of that performance period.


Specifics regarding the basis for Contract Award are located at the end of this document. The Government intends to make award to Lowest Priced Technically Acceptable (LPTA) offer.


The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror.


The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-13 System for Award Management Maintenance; 52.228-5 Insurance -- Work on a Government Installation; 52.232-39 Unenforceability of Unauthorized Obligations; 52.246-25 Limitation of Liability - Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil); 252.201-7000 Contracting Officer"s Representative; and 252.243-7001 Pricing of Contract Modifications. The following clauses are added: The clause at 252.203-7002 Requirement to Inform Employees of Whistleblower Rights;


252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The clause at 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications.


The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable:; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government"s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Equal Employment for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer.


Proposals shall be good for 60 calendar days from the date of submission.


All questions must be submitted no later than 13 February 2019 at 1300 EST. Questions must be submitted electronically to [email protected] and [email protected].


For any information regarding this combined synopsis/solicitation please contact John H Meyers at [email protected], or 804-765-7786.


Offers are due no later than 21 February 2019, 1300 hours EST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), proposals received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to [email protected] or [email protected], or via mail to MICC Fort Lee, Building 7124, 1830 Quartermaster Road, Fort Lee, VA 23801 ATTN: John H. Meyers or Sharon R Hilliard. Alternate POC: Magno G Orellanaalvarado, [email protected].


Attachments:
1 - Performance Work Sheet
2 - Performance Requirements Summary
3 - Technical Exhibits


Section B - Pricing Worksheet
Section F - Delivery Information
Section I - Solicitation Provisions and Contract Clauses
Section K - Representations, Certifications, and Other Statements of Offerors
Section L - Instructions to Offerors
Section M - Evaluation Criteria

Added: Feb 01, 2019 10:55 am Amended to update the set-aside status to 8(a), reflected in the combined synopsis/solicitation description.

Please consult the list of

document viewers if you cannot open a file. Attachments Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Attachments

Posted Date: January 31, 2019



Section_B_Pricing_Worksheet.xlsx (20.88 Kb) Description: Section B Pricing Worksheet

Section_F_-_Delivery_Information.docx (13.24 Kb) Description: Section F - Delivery Information

Section_I_-DHRAG.DOCX (34.43 Kb) Description: Section I - Solicitation Provisions and Contract Clauses

Section_K_-_Representations,_Certifications,_and_Other_Statements_of_Offerors.docx (15.54 Kb) Description: Section K - Representations and Certifications

Section_L_-_Instructions_to_Offerors.docx (34.59 Kb) Description: Section L - Instructions to Offerors

Section_M_-_Evaluation_Criteria.docx (18.70 Kb) Description: Section M - Evaluation Criteria

Attachment_1_-_Performance_Work_Statement.docx (406.03 Kb) Description: Attachment 1 - Performance Work Statement

Attachment_2_-_PRS.docx (37.95 Kb) Description: Attachment 2 - Performance Requirements Summary

Attachment_3_-_Technical_Exhibits.docx (117.74 Kb) Description: Attachment 3 - Technical Exhibits

Response to Questions Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Response to Questions

Posted Date: February 5, 2019



Response_to_Questions_1.pdf (107.10 Kb) Description: Response to Questions 1

Amended Section B Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Amended Section B

Posted Date: February 5, 2019



Section_B_Pricing_Worksheet_05_FEB_19.xlsx (20.80 Kb) Description: Amended Section B

Amended Section M Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Amended Section M

Posted Date: February 5, 2019



Section_M_-_Evaluation_Criteria_05_FEB_19.docx (18.79 Kb) Description: Amended Section M

CBA Wage Determination Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: CBA Wage Determination

Posted Date: February 5, 2019



W91QF5-19-R-0005_CBA_Wage_Determination.pdf (281.44 Kb) Description: Collective Bargaining Agreement Amended Wage Determination

Collective Bargaining Agreement Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Collective Bargaining Agreement

Posted Date: February 5, 2019



DHRAG_CBA.PDF (826.44 Kb) Description: DHRAG Collective Bargaining Agreement

Response to Questions Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Response to Questions

Posted Date: February 6, 2019



Response_to_Questions_2.pdf (107.69 Kb) Description: Response to Questions 2

Response to Questions Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Response to Questions

Posted Date: February 7, 2019



Response_to_Questions_3.pdf (107.42 Kb) Description: Response to Questions 3

Response to Questions 4 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Response to Questions 4

Posted Date: February 11, 2019



Response_to_Questions_4.pdf (242.24 Kb) Description: Response to Questions 4

Response to Questions 5 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Response to Questions 5

Posted Date: February 13, 2019



Response_to_Questions_5.pdf (415.77 Kb) Description: Response to Questions 5

Response to Questions 6 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Response to Questions 6

Posted Date: February 15, 2019



Response_to_Questions_6.pdf (109.81 Kb) Description: Response to Questions 6



Contracting Office Address: Building 705
Washington Blvd
Fort Eustis, Virginia 23604-5538
United States


Primary Point of Contact.: John H Meyers, Contract Specialist

[email protected]

Secondary Point of Contact: Sharon R. Hilliard, Contracting Officer

[email protected]