Request for proposal (rfp)


AGENCY STAFF, ROLES AND RESPONSIBILITIES



Yüklə 256,9 Kb.
səhifə3/5
tarix02.11.2017
ölçüsü256,9 Kb.
#27489
növüRequest
1   2   3   4   5

3.8 AGENCY STAFF, ROLES AND RESPONSIBILITIES

3.8.1 The MTNG Anti-terrorism Officer (ATO) will have decision-making authority, including approval of changes, report(s), documentation, and deliverable product receipt and evaluation determination. The ATO and ATPC will coordinate schedules of all ATPC tasks and travel.Any changes to the contract will be issued by the State’s Contracts Officer in the form of a contract amendment.


3.8.2 The MTNG Joint Director of Military Support (JDOMS) will have final decision making authority including final approval of changes, reports, documentation, and deliverable product receipt and evaluation determination.
3.9 INCLUSIONS
MTNG will provide work space and necessary office equipment and machine access, supplies, network access, subject matter publications, educational materials, local and long distance land-line capabilities, and required access to State and National AT information.
At the request of the Contract Liaison, or at completion of this contract, the Contractor shall return any State government-provided property, including any equipment, software, and other property or information provided by the MTNG for the Contractor to use in the performance of this contract.
3.10 EXCLUSIONS
Contractor to provide transportation and any other required equipment to perform the tasks as described in this contract. No travel expenses will be paid by the State to the Contractor for routine travel to and from Agency’s location or in performance of the required travel to perform the duties of thiscontract. The Contractor shall be required to perform in state, local and long distance travel in order to conduct site visits to all required National Guard facilities across the state. Travel specifics will be scheduled in advance. Closest known location is Helena, Mt. Furthest known location is in Culbertson, Mt. Each facility is scheduled for evaluation every twelve months.
3.11 OBSERVATIONS/WORK HOURS
3.11.1 Hours of Work: Contractor personnel are expected to be on site at a minimum of six hours per day duringnormal duty business hours as described in Section 3.2.6. Hours may vary within MTNG organizations and working hours shall be coordinated individually with each unit.
3.11.2 Government Holidays: The following government holidays will be observed by contractor personnel along with other day designated by the Montana State Government, Federal Statute, Executive Order, and/or Presidential Proclamation.


  • New Year’s Day

  • Martin Luther King, Jr. Birthday

  • President’s Day

  • Memorial Day

  • Independence Day

  • Labor Day

  • Columbus Day

  • Veteran’s Day

  • Thanksgiving Day

  • Christmas Day


3.12 ORGANIZATIONAL CONFLICTS OF INTEREST
3.12.1 Disclosure. The offeror shall provide a disclosure statement with its proposal, which concisely describes all relevant facts concerning any past or present organizational conflicts of interest relating to the work described in this RFP, or whether any such conflict of interest exists. If a conflict of interest exists, the offerorshall provide the information required in the following paragraph to assure the State that the conflict of interest has been mitigated and/or neutralized to the maximum extent possible. If a conflict of interest is discovered after contract execution, the State Liaison will make a decision whether to terminate the contract at that time.
SECTION 4: OFFEROR QUALIFICATIONS
All subsections of Section 4 not listed in the "Instructions to Offerors" on page 3 require a response. Restate the subsection number and the text immediately prior to your written response.
4.1 State's Right to Investigate and reject
The State may make such investigations as deemed necessary to determine the offeror'sability to perform the services specified. The State reserves the right to reject a proposal if the information submitted by, or investigation of, the offeror fails to satisfy the State’s determination that the offeror is properly qualified to perform the obligations of the contract. This includes the State's ability to reject the proposal based on negative references.
4.2 OFFEROR QUALIFICATIONS
To enable the State to determine the capabilities of an offeror to perform the services specified in the RFP, the offerorshall respond to the following regarding its ability to meet the State's requirements.THE RESPONSE, "(OFFEROR'S NAME) UNDERSTANDS AND WILL COMPLY," IS NOT APPROPRIATE FOR THIS SECTION.
NOTE: Each item must be thoroughly addressed. Offerors taking exception to any requirements listed in this section may be found nonresponsive or be subject to point deductions.
4.2.1 References.Offeror shall provide a minimum of three (3) references that are using or have used services of the type proposed in this RFP. The references may include federal, state or local governments or universities for whom the offeror, preferably within the last six(6) years, has successfully completed Program Coordinator for Anti-terrorism services or services similar to the tasks described in Section 3. At a minimum, the offeror shall provide the company name, location where the services were provided, contact person(s), contact telephone number, e-mail address, and a complete description of the services provided, and dates of service. These references may be contacted to verify offeror's ability to perform the contract. The State reserves the right to use any information or additional references deemed necessary to establish the ability of the offeror to perform the contract. Negative references may be grounds for proposal disqualification.
4.2.2 Company Profile and Experience.Offeror shall provide documentation establishing the individual or company submitting the proposal has the qualifications and experience to provide the services specified in this RFP, including, at a minimum:


    • a detailed description of any similar past projects, including the service type and dates the services were provided;

    • the client for whom the services were provided; and

    • a general description of the firm including its primary source of business, organizational structure and size, number of employees, years of experience performing services similar to those described within this RFP.


4.2.2.1 Assurances.Additionally, the offeror warrants that:


  1. each of its personnel assigned to perform services under a contract derived from a response to this RFP shall have the proper skill, training, and background, and, if applicable, licensure and/or certification to perform in a competent and professional manner;

  2. that all work will be performed in a commercially reasonable manner and in accordance with the contract and industry standards; and

  3. neither the offeror nor any of the personnel that it provides, either directly or indirectly or through subcontractors, have been debarred, penalized by, convicted of a felony within the past 10 years or a misdemeanor for a violent, disorderly, domestic, or drug-related charge in the past five years, sanctioned, suspended, excluded, or otherwise made ineligible to participate in any government contract.


4.2.3 Resumes.A resume or summary of qualifications, work experience, education, and skills must be provided forsuggested primary candidate and alternate including any subcontractors, who will be performing any aspects of the contract. Include years of experience providing services similar to those required; education; and certifications where applicable. Identify what role each person would fulfill in performing work identified in this RFP. Indicate what skills and or experience in developing and implementing with the following:
4.2.3 (a) A detailed description of computer experience and level of experience with Microsoft Office Products.

4.2.3 (b) Training Capabilities

4.2.3 (d) Anti-Terrorism Plans

4.2.3 (e) Vulnerability Assessments

4.2.3 (f) RAMP Activities

4.2.3 (g) Table Top Exercises

4.2.3 (h) Notional Installation Exercises

4.2.3 (i) Committees

4.2.3 (j) UFC’s

4.2.3 (k) Military Critical Infrastructure Projects

4.2.3 (l) RNG ATPM GKO Database

4.2.3 (m) DA AR 190-58 Personal Security

4.2.3 (n) Training of DA Level I-IV AT Training

4.2.3 (p) Communicate with Authorities, Law Enforcement Personnel and Other Agency Stakeholders

4.2.3 (q) Production of Reports

4.2.3 (r) Tracking of Program Budget Expenses

4.2.3 (s) Production and dissemination of Threat Statements

4.2.3 (t) Identification/training of HRP

4.2.3 (u) Communicate with Government Authorities
4.2.3.1 Organizational Chart.The proposal shall contain an organizational chart for thekey personnel listed above and the general organization of additional personnel, so that the State Liaison may understand how information will be communicated throughout the project team to and from the State Liaison. The State prefers a concise, clearly-organized, readable chart without typos.
4.2.4 Interview/Demonstration.At the option of the State, the offeror must be prepared to send qualified personnel to Helena, MTfor an oral interview. The State may waive this portion of the RFP at its discretion.

SECTION 5: COST PROPOSAL
All subsections of Section 5 not listed in the "Instructions to Offerors" on page 3 require a response. Restate the subsection number and the text immediately prior to your written response.
The State of Montana, Department of Military Affairs, Montana National Guard has identified an annual budget between $50,000 and $100,000 for contracted Anti-Terrorism ProgramCoordinator Services. Exceeding budgeted maximum amount willdisqualify the response from further consideration
For evaluation information purposes only, Offeror must submit a project plan covering January through December and associated costs per month for services as described within this Request for Proposal.
Total Annual Cost: $___________________________
The cost proposal shall be evaluated using the formula below:
Example formula:

Lowest overall cost receives the maximum allotted points. All other proposals receive a percentage of the points available based on their cost relationship to the lowest. Example: Total possible points for cost are 200. Offeror A's cost is $20,000. Offeror B's cost is $30,000. Offeror A would receive 200 points. Offeror B would receive 134 points ($20,000/$30,000) = 67% x 200 points = 20).


Lowest Responsive Offer Total Cost x Number of available points = Award Points

This Offeror's Total Cost




SECTION 6: EVALUATION PROCESS
6.1 basis of Evaluation
The evaluator/evaluation committee will review and evaluate the offers according to the following criteria based on a total number of 8,000 points.
Contractor Requirements, Company Profile and Experience, Resumes and Interview portions of the proposal will be evaluated based on the following Scoring Guide.

The Contractor Qualifications,Roles and Responsibilities and References will be based on pass/fail. The Cost Proposal will be evaluated based on the formula set forth below.


Any response that fails to achieve a minimum score per the requirements of Section 2.4.5 may be eliminated from further consideration. A "fail" for any individual evaluation criterion may result in proposal disqualification at the discretion of the procurement officer.
SCORING GUIDE
In awarding points to the evaluation criteria, the evaluator/evaluation committee will consider the following guidelines:
Superior Response (95-100%): A superior response is an exceptional reply that completely and comprehensivelymeets all of the requirements of the RFP. In addition, the response may cover areas not originally addressed within the RFP and/or include additional information and recommendations that would prove both valuable and beneficial to the agency.
Good Response(75-94%): A good response clearly meets all the requirements of the RFP and demonstrates in anunambiguous and concise manner a thorough knowledge and understanding of the project, with no deficiencies noted.
Fair Response(60-74%): A fair response minimally meets most requirements set forth in the RFP. The offeror demonstrates some ability to comply with guidelines and requirements of the project, but knowledge of the subject matter is limited.
Failed Response(59% or less): A failed response does not meet the requirements set forth in the RFP. The offeror has not demonstrated sufficient knowledge of the subject matter.
6.2 EVALUATION CRITERIA
Contractor Qualifications Pass/Fail

Category Section of RFP Point Value

A. BS/BA degree or Comparable Experience 3.4.1 Pass/Fail

B. Army Approved Anti-Terrorism Program Manager

Level II Course 3.4.2 Pass/Fail

C. Security Clearance 3.4.3 Pass/Fail

Pass/Fail

D. Six or More Years of Experience 3.4.4 Pass/Fail

Roles and Responsibilities Pass/Fail

Category Section of RFP Point Value
A. Contractor Requirements 3.6.1 Pass/Fail

If Offeror intends to employ individuals under this RFP, Offeror must identify pre-qualified candidates to be included with the proposal. All requirements of pre-qualified candidates must be satisfied or able to satisfy as listed in Sections 3.2, 3.3, 3.4, 3.5, 3.6, 3.7 and all subsections detailed herein. Failure to include information within the proposal may result in disqualification of the entire proposal.



References Pass/Fail

Category Section of RFP Point Value
A. References 4.2.1 Pass/Fail
Contractor Requirements 2600 Total Available Points

Category Section of RFP Point Value
A. Develop and Provide AT Plans 3.3.1 500

B. Update and Maintain RAMP Activities 3.3.2 200

C. Test RAMP Annually 3.3.3 100

D. Ensure DA Levels I-IV AT Training 3.3.4 200

E. Plan & Develop Annual & Random AT Training 3.3.5 300

F. Conduct Vulnerability Assessments 3.3.6 300

G. Evaluate Subordinate Programs at MTNG Facilities 3.3.7 300

H. Establish a Functional ATEC and TWG 3.3.8 100

I. Provide Funding Management Budget 3.3.9 200

J. MILCON Reviews 3.3.10 100

K. Maintain ATPM GKO Database 3.3.11 100

L. Formally Identify HRP 3.3.12 100

M. Threat Warning System 3.3.13 100
Company Profile and Experience 1000 Total Available Points

Category Section of RFP Point Value

A. Relevant Past Projects 4.2.2 1000


Resumes 1500Total Available Points

Category Section of RFP Point Value

Offeror must provide a complete description of the following:

A. Computer experience with Microsoft Office Products 4.2.3 (a) 100

B. Training Capabilities 4.2.3 (b) 100

C. Anti-Terrorism Plans 4.2.3 (c) 100

D. Vulnerability Assessments 4.2.3 (d) 100

E. RAMP Activities 4.2.3 (e) 100

F. Table Top Exercises 4.2.3 (f) 50

G. Notional Installation Exercises 4.2.3 (g) 50

H. Committees 4.2.3 (h) 50

I. UFC’s 4.2.3 (i) 50

J. Military Critical Infrastructure Projects 4.2.3 (j) 100

K. RNG ATPM GKO Database 4.2.3 (k) 50

L. DA AR 190-58 Personal Security 4.2.3 (l) 100

M. Training of DA Level I-IV AT Training 4.2.3 (m) 100

N Communicate with Authorities, LE & Stakeholders 4.2.3 (n) 50

O. Production of Reports 4.2.3 (o) 100

P. Tracking of Program Budget Expenses 4.2.3 (p) 50

Q. Production and dissemination of Threat Statements 4.2.3 (q) 100

R Identification/training of HRP 4.2.3 (r) 100

S. Communicate with Government Authorities 4.2.3 (s) 50
Cost Proposal 1400 Total Available Points

Category Section of RFP Point Value

A. Cost Proposal 5.0 1400


Example formula:

Lowest overall cost receives the maximum allotted points. All other proposals receive a percentage of the points available based on their cost relationship to the lowest. Example: Total possible points for cost are 200. Offeror A's cost is $20,000. Offeror B's cost is $30,000. Offeror A would receive 200 points. Offeror B would receive 134 points ($20,000/$30,000) = 67% x 200 points = 20).


Lowest Responsive Offer Total Cost x Number of available points = Award Points

This Offeror's Total Cost



Interview 1500 Total Available Points

Category Section of RFP Point Value

A. Interview 4.2.4 1500


If Offeror is selected for an interview and/or presentation, the agenda and flow must follow the course of the requirement(s) set forth in the statement below.
Offeror will be expected to describe how each stipulation is satisfied and a complete understanding of each provision found in Sections 3 and 4 citing specific experience and knowledge of the deliverables which are determined to be critical elements of this RFP.

APPENDIX A: STANDARD/FEDERAL TERMS AND CONDITIONS

By submitting a response to this invitation for bid, request for proposal, limited solicitation, or acceptance of a contract, the vendor agrees to acceptance of the following Standard Terms and Conditions and any other provisions that are specific to this solicitation or contract.
ACCEPTANCE/REJECTION OF BIDS, PROPOSALS, OR LIMITED SOLICITATION RESPONSES: The State reserves the right to accept or reject any or all bids, proposals, or limited solicitation responses, wholly or in part, and to make awards in any manner deemed in the best interest of the State. Bids, proposals, and limited solicitation responses will be firm for 30 days, unless stated otherwise in the text of the invitation for bid, request for proposal, or limited solicitation.
ALTERATION OF SOLICITATION DOCUMENT: In the event of inconsistencies or contradictions between language contained in the State’s solicitation document and a vendor’s response, the language contained in the State’s original solicitation document will prevail. Intentional manipulation and/or alteration of solicitation document language will result in the vendor’s disqualification and possible debarment.
DEBARMENT: Contractor certifies, by submitting this bid or proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction (contract) by any governmental department or agency. If Contractor cannot certify this statement, attach a written explanation for review by the State.
FACSIMILE RESPONSES: Facsimile responses will be accepted for invitations for bids, small purchases, or limited solicitations ONLY if they are completely received by the State Procurement Bureau prior to the time set for receipt. Bids, or portions thereof, received after the due time will not be considered. Facsimile responses to requests for proposals are ONLY accepted on an exception basis with prior approval of the procurement officer.
FAILURE TO HONOR BID/PROPOSAL: If a bidder/offeror to whom a contract is awarded refuses to accept the award (PO/contract) or fails to deliver in accordance with the contract terms and conditions, the department may, in its discretion, suspend the bidder/offeror for a period of time from entering into any contracts with the State of Montana.
LATE BIDS AND PROPOSALS: Regardless of cause, late bids and proposals will not be accepted and will automatically be disqualified from further consideration. It shall be solely the vendor’s risk to ensure delivery at the designated office by the designated time. Late bids and proposals will not be opened and may be returned to the vendor at the expense of the vendor or destroyed if requested.
RECIPROCAL PREFERENCE: The State of Montana applies a reciprocal preference against a vendor submitting a bid from a state or country that grants a residency preference to its resident businesses. A reciprocal preference is only applied to an invitation for bid for supplies or an invitation for bid for nonconstruction services for public works as defined in section 18-2-401(9), MCA, and then only if federal funds are not involved. For a list of states that grant resident preference, see http://gsd.mt.gov/ProcurementServices/preferences.mcpx.
SOLICITATION DOCUMENT EXAMINATION: Vendors shall promptly notify the State of any ambiguity, inconsistency, or error which they may discover upon examination of a solicitation document.
WARRANTIES: Contractor warrants that the products offered conform to the specifications requested, are fit and sufficient for the purpose manufactured, are of good material and workmanship, and are free from defect. Contractor further warrants that the products are new and unused and of the latest model or manufacture, unless the State specifies otherwise. Exceptions will be rejected.
Federal Terms and Conditions
By submitting a response to this invitation for bid, request for proposal, limited solicitation, or acceptance of a contract, the vendor agrees to acceptance of the following Federal Terms and Conditions along with all other provisions that are specific to this solicitation or contract as applicable.

1. Nondiscrimination

The Contractor/Vendor covenants and agrees that no person shall be denied benefits of, or otherwise be subjected to discrimination in connection with the Contractor/Vendor's performance under this contract, on the ground of race, religion, color, national origin, sex or handicap. Accordingly and to the extent applicable, the Contractor/Vendor covenants and agrees to comply with the following:


a. On the basis of race, color or national origin, in Title VI of the Civil Rights Act of 1964 (42 U.S.C. Section 2000d et seq.) as implemented by DoD regulations at 32 CFR part 195.
b. On the basis of race, color, religion, sex, or national origin, in Executive Order 11246 {3 CFR, 1964-1965 Comp. pg. 339}, as implemented by Department of Labor regulations at 41 CFR part 60.
c. On the basis of sex or blindness, in Title IX of the Education Amendments of 1972 (20 U.S.C. 1681, et seq.), as implemented by DoD regulations at 32 CFR part 196.
d. On the basis of age, in The Age Discrimination Act of 1975 (42 U.S.C. Section 6101 et seq.), as implemented by Department of Health and Human Services regulations at 45 CFR part 90.
e. On the basis of handicap, in Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794), as implemented by Department of Justice regulations at 28 CFR part 41 and DoD regulations at 32 CFR part 56.
2. Lobbying

a. The Contractor/Vendor covenants and agrees that it will not expend any funds appropriated by Congress to pay any person for influencing or attempting to influence an officer or employee of any agency, or a Member of Congress in connection with any of the following covered Federal actions: the awarding of any Federal contract; the making of any Federal grant; the making of any Federal loan; the entering into of any cooperative agreement; and, the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.


b. The Final Rule, New Restrictions on Lobbying, issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 28) to implement the provisions of Section 319 of Public Law 101-121 (31 U.S.C. Section 1352) is incorporated by reference and the State agrees to comply with all the provisions thereof, including any amendments to the Interim Final Rule that may hereafter be issued.
Yüklə 256,9 Kb.

Dostları ilə paylaş:
1   2   3   4   5




Verilənlər bazası müəlliflik hüququ ilə müdafiə olunur ©muhaz.org 2024
rəhbərliyinə müraciət

gir | qeydiyyatdan keç
    Ana səhifə


yükləyin