Federal Protective Service PreProposal Conference 70 RFP 319

  • Slides: 23
Download presentation
Federal Protective Service Pre-Proposal Conference 70 RFP 319 RE 3000002 Protective Security Officer (PSO)

Federal Protective Service Pre-Proposal Conference 70 RFP 319 RE 3000002 Protective Security Officer (PSO) Services NBACC – Fort Detrick, MD PSO Services Region 3 1

Federal Protective Service Protective Security Officer (PSO) Services Disclaimer: n Statements made in this

Federal Protective Service Protective Security Officer (PSO) Services Disclaimer: n Statements made in this presentation or in response to inquiries do not revise the written terms of the solicitation. n Changes to the solicitation must be made in writing via amendment. n All questions must be submitted in writing. PSO Services Region 3 2

Federal Protective Service Mission Statement n Protecting the critical infrastructure and key resources of

Federal Protective Service Mission Statement n Protecting the critical infrastructure and key resources of the United States is essential to our Nation’s security, public health and safety, economic vitality, and way of life. The Federal Protective Service (FPS) protects one component of the Nation’s infrastructure by mitigating risk to Federal facilities and their occupants. FPS ensures that Federal properties are safe and secure for Federal employees, officials, and visitors in a professional and cost-effective manner by deploying a highly trained and multi-disciplined police force. PSO Services Region 3 3

Request for Proposals n n Full and Open Competition Competitive Procedures under FAR Parts

Request for Proposals n n Full and Open Competition Competitive Procedures under FAR Parts 12 & 15 Technical Factors More Important than Price All offerors must have TS/ SCI clearance at time of proposal submission n No Exceptions PSO Services Region 3 4

Contract Type n n Government anticipates awarding a single award IDIQ Contract with firm

Contract Type n n Government anticipates awarding a single award IDIQ Contract with firm fixed price provisions. Resultant task orders under this contract will be firm fixed price. The guaranteed minimum amount to be ordered under the IDIQ contract will be $100, 000. PSO Services Region 3 5

Contract Award/Transition n n Anticipated Award: May 1, 2019 Government anticipates the following transition

Contract Award/Transition n n Anticipated Award: May 1, 2019 Government anticipates the following transition period: n 120 days from date of award to PSOs standing post PSO Services Region 3 6

Period of Performance n The anticipated performance periods are as follows: n n n

Period of Performance n The anticipated performance periods are as follows: n n n Base Year: Option Year 1: Option Year 2: Option Year 3: Option Year 4: FAR 52. 217 -8: October 1, 2019 October 1, 2020 October 1, 2021 October 1, 2022 October 1, 2023 October 1, 2024 to September 30, 2020 to September 30, 2021 to September 30, 2022 to September 30, 2023 to September 30, 2024 to March 31, 2025 n Individual task orders will include specific performance periods n All posts to begin on October 1, 2019 n Full Term of IDIQ Contract if all Options are Exercised: October 1, 2019 to March 31, 2025 PSO Services Region 3 7

General Scope n n n PSO Services The contractor shall provide and maintain all

General Scope n n n PSO Services The contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports, files, and any other resources necessary to accomplish the required PSO services as described in the solicitation. Compliance with all terms and conditions set forth in the RFP, including the Statement of Work (SOW). PSO Services Region 3 8

General Scope (continued) n n FPS Statement of Work for PSO services (October 2016

General Scope (continued) n n FPS Statement of Work for PSO services (October 2016 version 1. 3) PSO CLINs n Inclusive of Basic and TAS service n No Separate Temporary Additional Service CLINs n No ESS requirement PSO Services Region 3 9

PSO Services n Basic Service n n Permanent ongoing services specifically included in the

PSO Services n Basic Service n n Permanent ongoing services specifically included in the task order(s) at time of award or added through modification up to any established maximums identified in the contract. TAS n n n Short term, non-recurring needs for service such as an increase in hours to an existing or subsequently added post. Little advance notice This requirement rarely has TAS PSO Services Region 3 10

Source Selection Criteria n Proposals will be evaluated based on the following three (3)

Source Selection Criteria n Proposals will be evaluated based on the following three (3) evaluation factors: 1) Relevant Past Performance 2) Management Approach 3) Price PSO Services Region 3 11

Source Selection Criteria (continued) n n The technical evaluation factors listed below are listed

Source Selection Criteria (continued) n n The technical evaluation factors listed below are listed in descending order of importance. n Relevant Past Performance n Management Approach The technical evaluation factors, when combined, are more important than price. PSO Services Region 3 12

Relevant Past Performance n Relevant past performance n n n n Maximum of 3

Relevant Past Performance n Relevant past performance n n n n Maximum of 3 projects Timeframe: within the past 3 years Scope: Armed PSO Services Complexity: Multiple, Geographically-dispersed Locations, Similar duties as SOW, etc. Magnitude: minimum hours similar to the instant requirement References and Past Performance Questionnaires The Government reserves the right to obtain information from sources other than those identified by the Contractor. The Government will also consider the quality of the Contractor’s relevant past performance. The Government reserves the right to evaluate submitted projects individually or in the aggregate in order to determine relevance and will do so consistently across all evaluated offers. PSO Services Region 3 13

Teaming Arrangements Reference FAR 9. 6 n n n Where teaming arrangement is proposed,

Teaming Arrangements Reference FAR 9. 6 n n n Where teaming arrangement is proposed, an additional maximum of up to three projects for partner(s)/subcontractor(s) shall be submitted. Provide a narrative and/or the actual teaming agreement if one exists. Include the roles & responsibilities and the distribution of effort for each partner (by type and percentage) anticipated in performance. PSO Services Region 3 14

Evaluation Criteria Management Approach n Quality Assurance n Quality Control n n n Transition

Evaluation Criteria Management Approach n Quality Assurance n Quality Control n n n Transition n Outline significant transition steps Associated timeframes Staffing n n What will be inspected, methods of inspection and frequency Discuss processes for addressing non-compliance issues Outline plan to recruit, retain and manage PSOs to meet the TS/SCI requirement DHS Mentor/ Protégé Program n Provide evidence of participation in the program or are in process of entering the program PSO Services Region 3 15

Evaluation Criteria - Price n n n PSO Service will be priced as fixed

Evaluation Criteria - Price n n n PSO Service will be priced as fixed hourly rates Contractors shall submit price proposal on the Pricing Schedule and include a detailed price breakdown for the unit prices. Government suggests that the Contractor complete the ‘Price Element Breakdown’ (RFP Attachment 6). PSO Services Region 3 16

Evaluation Criteria Price (continued) Total evaluated price (Base + Options + 52. 217 -8)

Evaluation Criteria Price (continued) Total evaluated price (Base + Options + 52. 217 -8) n Prices may be evaluated for realism n Minimum wage rates and fringe benefits n CBA-2019 -12090 applies n PSO Services Region 3 17

Proposal Evaluation Information n n Non-price factors, when combined, are more important than price.

Proposal Evaluation Information n n Non-price factors, when combined, are more important than price. However, the Government contemplates the possibility that it may identify an offer(s) of such a high technical quality that it would not be in the Government’s interest to pay an additional price premium for any additional technical (non-price) advantage. As a result, offerors are advised that the Government may not evaluate the technical proposals of all offerors under this RFP. The government will first review the total evaluated price of all proposals received. The technical proposals of those offerors whose pricing is determined by the Contracting Officer to be most competitive may be reviewed prior to, or instead of, other technical proposals received. PSO Services Region 3 18

Proposal Evaluation Information n n Based on the initial review of these technical proposals,

Proposal Evaluation Information n n Based on the initial review of these technical proposals, the government may not evaluate the technical proposals of other offerors, whose total evaluated pricing was higher than that of one already evaluated and already assigned the highest possible technical adjectival rating. This would occur when the Contracting Officer determines that one or more of the technical proposals already reviewed is of such a level of quality that it would not be in the interest of the government to incur cost beyond the price of the technical proposals already reviewed. PSO Services Region 3 19

Basis for Selection n The Government will select the responsible Contractor whose proposal, in

Basis for Selection n The Government will select the responsible Contractor whose proposal, in conforming to this RFP, provides the overall best value to meet the Government’s requirements, price and non-price factors considered. Only apparent successful contractors determined to be responsible pursuant to FAR 9. 104 -1 will be issued a contract. PSO Services Region 3 20

Proposal Submission Requirements Price SF 1449 & All Amendments n Pricing Schedule n Price

Proposal Submission Requirements Price SF 1449 & All Amendments n Pricing Schedule n Price Breakdown (Attachment #6) n Offeror Reps & Certs n Plan for Covering Costs n PSO Services Region 3 24

Closing/Due Date n n Proposals are due by: Friday, February 15, 2019, 12: 00

Closing/Due Date n n Proposals are due by: Friday, February 15, 2019, 12: 00 EST Submit offers to: U. S. Department of Homeland Security Office of Procurement Operations – FPS 701 Market Street, Suite 3200 Attn: Tom Schrank Philadelphia, PA 19106 PSO Services Region 3 22

Federal Protective Service Point of Contact n Contracting Officer: Thomas Schrank § E-mail: thomas.

Federal Protective Service Point of Contact n Contracting Officer: Thomas Schrank § E-mail: thomas. schrank@ice. dhs. gov § Phone: (215) 521 -2257 PSO Services Region 3 23