Historical Services - Onsite
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159269583532724 |
Posted Date: | Oct 24, 2022 |
Due Date: | Nov 7, 2022 |
Solicitation No: | N0018923RZ008 |
Source: | https://sam.gov/opp/4d4210dccf... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Oct 24, 2022 05:01 pm EDT
- Original Date Offers Due: Nov 07, 2022 04:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 22, 2022
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: B521 - SPECIAL STUDIES/ANALYSIS- HISTORICAL
-
NAICS Code:
- 541990 - All Other Professional, Scientific, and Technical Services
-
Place of Performance:
Washington , DC 20318USA
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
The RFQ number for this announcement is N00189-23-R-Z008. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-08 effective 23 September 2022. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following address: https://www.acquisition.gov/. The NAICS code is 541990 and the Small Business Standard is 1,250 employees. This procurement is being competed on a 100% total Small Business Set Aside basis.
The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the Joint Staff (JS) to acquire services of a Senior Historian or seasoned national security professional with equivalent training and experience in the realm of national defense policy, necessary to deliver timely and accurate historical support to the Joint Staff (JS) and Joint Chief of Staff (JCS). The primary place of performance will be the Joint Staff History and Research Office (JHRO), The Pentagon, Washington, D.C. The proposed contract will have a coverage period that is a one-year in length, commencing 01 December 2022 through 30 November 2023 and will include four, one-year option coverage periods to extend the term of the resultant award to 30 November 2027, if exercised. It is intended to award a firm-fixed price Purchase Order.
It is intended to award a single, Firm Fixed Price Purchase Order award as a result of this combined synopsis/solicitation with the following CLIN structure:
Base Year CLIN 0001 – Senior Historian Services – QTY 12 Months
12/01/2022 or date of award, whichever is later, through 11/30/2023
Option 1 CLIN 1001 – Senior Historian Services – QTY 12 Months
12/01/2023 through 11/30/2024
Option 2 CLIN 2001 – Senior Historian Services – QTY 12 Months
12/01/2024 through 11/30/2025
Option 3 CLIN 3001 – Senior Historian Services – QTY 12 Months
12/01/2025 through 11/30/2026
Option 4 CLIN 4001 – Senior Historian Services – QTY 12 Months
12/01/2026 through 11/30/2027
The Inspection and Acceptance terms for all CLINs are FOB Destination (Joint Staff History and Research Office), at Government and by the Government.
The Performance Work Statement requirements are as follows:
GENERAL INFORMATION
- Description of Services
1.1 Background
The Joint History and Research Office (JHRO) provides a broad range of historical support to the Joint Staff (JS) and Joint Chiefs of Staff (JCS). This includes fulfilling requests for information, preparing historical briefs, conducting special historical studies, and documenting the Joint Chief’s contribution to national policy through the research, writing, and publication of topical monographs, institutional histories, and The JCS and National Policy series. These and other historical products inform the strategic planning process and educate government personnel on aspects of joint military operations.
1.2 Purpose
This requirement provides the JHO with the services of a Senior Military Historian, or seasoned national security professional with equivalent training and experience in the realm of national defense policy, necessary to deliver timely and accurate historical support to the JS and JCS.
1.3 Objective
The contractor will provide historical support services that include, but are not limited to, leading tours, delivering presentations, coordinating conferences, preparing for, conducting, and transcribing oral history interviews, and undertaking research, writing, and editorial activities necessary to fulfill requests for information, prepare information papers, and produce special historical studies as specified by the Director for Joint History.
1.4 General Information
1.4.1 Period of Performance
The period of performance shall be for one base year following the date of award. Four one-year option periods may be exercised at the discretion of the government.
1.4.2 Place of Performance
The primary place of performance will be the Joint History Office; Room 1A466, The Pentagon, Washington, D.C. Situational telework may be permitted at the discretion of the Director for Joint History, when determined to be in the Government’s best interest and at no additional cost. This does not guarantee telework privileges for contracting personnel, which must be approved in advance and coordinated through the COR.
1.4.3 Key Personnel Requirement
The key personnel requirement is for a Senior Military Historian. The labor description and qualifications are as follows:
Senior Historian
The Contractor should possess a graduate degree or equivalent professional training in history or a related field of study, ten years of work experience relating to national security policy, practical knowledge of contemporary military, governmental, and foreign affairs (at the strategic level), and a working familiarity with the Joint Staff and the Joint Chiefs of Staff. The contractor should have extensive experience exploiting official government on-line and physical document repositories, preparing, conducting, and transcribing oral history interviews with senior leaders, delivering oral presentations, answering requests for information, and especially researching, writing, and editing focused information papers and special historical studies.
1.4.4 Contracting Officer’s Representative (COR) Nominee
Joshua D. Esposito, PhD
Joint History Office
Room 1A466, the Pentagon
Washington DC 20318-9999
703-695-2137
joshua.d.esposito.civ@mail.mil
1.4.5 Alternate Point of Contact (POC)
Dale Andrade
Room 1A466, the Pentagon
Washington, DC 20318-9999
703-692-5031
dale.andrade.civ@mail.mil
1.4.6 Hours of Operation
A work week will be no more than 40 labor hours, performed Monday through Friday between the hours of 6:30 A.M. and 17:30 P.M. During the Base and Option Periods the contractor shall work 1,920 hours or the equivalent of 40 hours per week for 46 weeks. The Contractor is responsible for coordinating Pentagon access with the above POCs as required for access to the facility as well as Government furnished items further delineated in Section 3.0 below.
1.4.7 Travel
Contractor may be required to travel within the National Capitol Region (NCR) at no cost to the Government to conduct off-site interviews or archival research and attend professional meetings or training.
1.4.8 Federal Holidays
The Contractor will not have access to Pentagon work spaces on the following days:
New Year’s Day Labor Day
Martin Luther King Jr. Day Columbus Day
President’s Day Veteran’s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
1.4.9 Type of Contract
The Government anticipates award of a Firm Fixed Price (FFP) contract.
1.4.10 Security Requirements
1.4.10.1 Clearance Level
All Contractor personnel shall possess a current TOP SECRET (TS) clearance based on a Single Scope Background Investigation (SSBI) completed within the last 5 years with SENSITIVE COMPARTMENTED INFORMATION (SCI) eligibility.
1.4.10.2 Facility Clearance
The Contractor shall possess or be eligible to receive and maintain a TOP SECRET (TS/SCI) facility clearance from the Defense Security Service (DSS) as verified within the Industrial Security Facilities Database (ISFD) at time of proposal submission.
1.4.10.2.1 If Self-Employed Consultant
In accordance with DSS Industrial Security Letter ISL 2006-02, 22 Aug 2006, Section 12: personal security clearance (PCL)/ facility security clearance (FCL) requirements for Self-Employed Consultants: "Cleared Contractors may process self-incorporated consultants for a PCL in accordance with National Industrial Security Program Operating Manual (NISPOM) paragraph 2-213 provided the consultant and members of his/her immediate family are the sole owners of the consultant's company, and only the consultant requires access to classified information. In such cases, a FCL is not required. Should other employees of the consultant's company require access to classified information, it would constitute a classified subcontract, and as such, a DD Form 254 must be issued by the prime Contractor and the consultant's firm will require an FCL. Self-Employed Consultants with a current in scope PCL do not require a FCL."
1.4.11 Physical Security
The Contractor shall be responsible for safeguarding all Government information or property provided for Contractor use. At the close of each work period, the Contractor shall identify, protect, and assure secure handling of all classified information IAW DOD 5200.1-R and other relevant regulations as required by Executive order policy or guidance. The Contractor shall be well versed in the rules and regulations governing the storage (all mediums) and protection of classified information. The Contractor shall also follow and adhere to Government site specific security policy and directives, which includes the Joint Staff Security Office (JSSO) policies for the JS. The Government will coordinate with site security offices as required to ensure the Contractor has or can access all applicable security regulations and directives upon award.
1.4.12 Periodic Progress Meetings
The contracting officer, COR and/or other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor’s performance. At these progress meetings the contracting officer will provide feedback to the Contractor on how the Government views the Contractor’s performance and the Contractor will apprise the Government of problems, if any, being experienced. The Government and the Contractor shall take appropriate action to resolve outstanding issues. These meetings shall be at no additional cost to the Government.
1.4.13 Identification of Contractor Employees
All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of the audience that they are Government employees. The Contractor must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. The Contractor shall be required to wear required Pentagon security badges (indicating Contractor status) when present, in the performance of this contract.
1.4.14 Deliverables
All deliverables shall become the property of the United States Government, and the Contractor shall provide the deliverables with unlimited data rights as defined in Defense Federal Acquisition Supplement (DFARS) 252.227-7013. Unless otherwise stated, the Contractor shall submit all deliverables in both hardcopy and electronic media in Microsoft Office Word format.
1.4.15 Disclaimer Statement
All reports and deliverables resulting from this contract shall contain the following disclaimer statement on its cover:
“The views, opinions and findings, contained in this report are those of the author(s) and should not be construed as an official Department of Defense (DOD) position, policy, or decision, unless so designated by other official DOD documentation."
PART TWO
DEFINITIONS AND ACRONYMS
ACJCS – Assistant to the Chairman of the Joint Chiefs of Staff
AO – Action Officer
CAAS – Contracted Advisory and Assistance Service
CCDR – Combatant Commanders
CJCS – Chairman of the Joint Chiefs of Staff
CLIN – Contract Line Item Number
COR - Contracting Officer’s Representative; A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison between the Contracting Officer and the Contractor.
CPAR – Contract Performance Assessment Review
COCOM – Combatant Commands
DFARS – Defense Federal Acquisition Supplement
Defective Service - A service output that does not meet the PWS standard of performance.
Delivery Date – The specific time of delivery and/or performance.
DJS – Director of the Joint Staff
DOA – Date of Award
DOD – Department of Defense
DSS – Defense Security Service
ECM - Enterprise Content Management System
Email – Electronic Mail
FAR – Federal Acquisition Regulation
FAX - Facsimile
FCL – Facility Security Clearance
FFP – Firm Fixed Price
GFE – Government Furnished Equipment
IAW – In Accordance With
IPS – Integrated Project Schedule
ISFD – Industrial Security Facilities Database
JCS – Joint Chiefs of Staff
JCS & NP – Joint Chiefs of Staff and National Policy
JHO – Joint History office
JP – Joint Publication
JPAS – Joint Personnel Adjudication System
JS – Joint Staff
JSAP – Joint Staff Action Processing
JSSO – Joint Staff Security Office
JTR – Joint Travel Regulations
Metrics - A system of parameters or means of quantitative and periodic assessment of a process that is to be measured, along with the procedures to carry out and interpret such measurement and assessment.
NSC – National Security Council
NCR – National Capital Region
NDA – Non-disclosure Agreement
NISPOM – National Industrial Security Program Operating Manual
NLT – Not later than
OCIO - Office of the Chief Information Officer
ODC – Other Direct Cost
Off-Site – Outside of a Government Facility
On-Site -- Within a Government Facility
PhD – doctorate
Performance Objective – The service and/or activity required.
Performance Requirement – The outcomes, or results, that lead to satisfaction of the objective(s).
Performance Standard – Establishes the performance level that the Government requires for the accomplishment of contract requirements. The standards shall be measurable and structured to permit an assessment of the Contractor’s performance.
Performance Threshold – The minimum acceptable level, error rate and/or deviation from standard.
Performance Work Statement (PWS) – A detailed work statement for performance-based acquisitions that describes the required results in clear, specific and objective terms with measurable outcomes.
PCL – Personal Security Clearance
PPR – Phased Periodic Reinvestigation
POC – Point of Contact
Quality Assurance (QA) - Those actions taken by the Government to assure services meet the requirements of the PWS.
Quality Assurance Surveillance Plan (QASP) - A document organizing how the Government will apply performance standards, the frequency of surveillance and the minimum acceptable defect rate(s).
Quality Control (QC) - Those actions taken by a Contractor to control the performance of services so that they meet the requirements of the PWS.
Quality Control Plan (QCP) – A document organizing the performance control processes to be applied for delivering the level of service required by the PWS.
RFI – Request for Information
SBPR – Single Scope Background Investigation
SCI – Sensitive Compartmented Information
SME – Subject Matter Expert
SSBI – Single Scope Background Investigation
SF – Special Form
SOP – Standard Operating Procedures
Task – How the contracting effort fits within the existing or intended customer environment both technically and organizationally; a specific piece of work to be completed within a certain time period.
TBD – To Be Determined
POC – Point of Contact
TS – TOP SECRET
US – United States
VCJCS – Vice Chairman of the Joint Chiefs of Staff
VDJS – Vice Director of the Joint Staff
Wide Area Work Flow (WAWF) – A secure Web-based system to allow contractors to submit electronic invoices, and provide the Government a means to electronically receipt for and accept supplies and services.
PART THREE
GOVERNMENT FURNISHED INFORMATION, FACILITIES, AND UTILITIES
3.0 General
The Government will provide the information, facilities and utilities as outlined below, as required and available. The Contractor shall provide anything that is not listed as Government furnished.
3.1 Information
The Government will provide access to the historically relevant documents and on-line databases at its disposal to provide the support outlined in this PWS.
3.2 Facilities
The Government will furnish the necessary workspace for the Contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment.
3.3 Utilities
All utilities in the facility will be available for the Contractor’s use in performance of duties outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities.
PART FOUR
DESCRIPTIONS AND SCHEDULE FOR DELIVERABLES
4.0 Task Descriptions
4.1 Kick-Off Meeting
The Contractor shall schedule and conduct a joint Government, Contractor kick-off meeting to review PWS requirements, develop a project schedule, and discuss a quality control plan.
4.2 Reporting
The Contractor shall prepare and submit a monthly progress report in a format specified by the COR.
4.3 Technical
Based on guidance from the Director or Deputy Director of Joint History, or the COR, the contractor shall provide the following range of historical services (4.3.1 through 4.3.8) to the JHRO program. In matters of writing style, level of documentation, and footnote usage, deliverables shall conform to JHRO guidelines and accepted academic standards for scholarly research (i.e., The Chicago Manual of Style).
-
-
- Archive Research
-
The contractor shall search public and official government document repositories (on-line and physical) for historical information relevant to JHRO research projects.
4.3.2 History Queries
The contractor shall collect, collate, and analyze data, and prepare concise research responses to requests for information received from members of the JS, JCS, DoD, and other executive agencies.
4.3.3 Information Papers
The contractor shall collect and collate data, and prepare short information papers to provide useful historical insights to members of the JS, JCS, DoD, and other executive agencies.
4.3.4 Organizational and Institutional History
The contractor shall conduct research and revise or update organizational and institutional histories on the JS and JCS.
4.3.5 Special Studies
The Contractor shall conduct research and write special studies on directed national security topics.
4.3.6 Oral History Interviews
The Contractor shall prepare for assigned interviews by researching primary and secondary sources to develop appropriate questions; conduct interviews alone or in conjunction with others, both in the JHO and offsite; format, edit, and revise transcripts; and ensure transcripts and audio recordings are properly accessioned into the oral history archive.
4.3.7 Oral Presentations
The Contractor shall prepare and deliver presentations on directed historical topics, to include leading historical tours.
4.3.8 History Conferences
The Contractor shall assist in coordinating historical conferences and training events.
PART FIVE
APPLICABLE DOCUMENTS
Applicable Documents
5.0 Reference to Detailed Specifications
The Joint Chiefs of Staff and National Policy Series. Washington, DC: Joint History Office, Office of the Chairman of the Joint Chiefs of Staff.
5.1 Specific Regulation or Guidance
CJCSI 5320.01C, “Guidance for the Joint History Program,” 30 Nov 2018.
TECHNICAL EXHIBIT 1
PERFORMANCE REQUIREMENTS SUMMARY
Task Paragraph
Tasks
Delivery Date
Performance Standard
4.1
Conduct kick-off meeting
DOA+10 days
On time
4.2
Prepare and submit progress reports
End of Month
Monthly
4.3
Technical
See Below
4.3.1
Archive Research
As Directed
On time – Professional Guidelines
4.3.2
History Queries
As Directed
On Time – Professional Guidelines
4.3.3
Information Papers
As Directed
On Time – Professional Guidelines
4.3.4
Organizational and Institutional History
As Directed
On Time – Professional Guidelines
4.3.5
Special Studies
As Directed
On Time – Professional Guidelines
4.3.6
Oral History Interviews
As Directed
On Time – Professional Guidelines
4.3.7
Oral Presentations
As Directed
On Time – Professional Guidelines
4.3.8
History Conferences
As Directed
On Time
The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition along with the following addenda to the clause:
52.217-9 Option to Extend the Term of the Contract
(a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.247-34 F.o.b Destination
252.232-7006 Wide Area Workflow Payment Instructions (to be completed at time of award)
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies On Contract Payments
252.243-7002 Requests for Equitable Adjustment
252.244-7000 Subcontracts for Commercial Items And Commercial Components (DoD Contracts)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-13 SAM Maintenance
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note)
52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2))
52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r))
52.222-3 Convict Labor (JUN 2003) (E.O. 11755)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEPT 2016) (E.O. 11246)
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).
52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627)
52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) (31 U.S.C. 3332)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-39 Unenforceability of Unauthorized Obligations
52.239-1 Privacy or Security Safeguards
Quoters are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer, which includes the following certifications and representations:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services – Representation
252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition; (a) the following factors will be used to evaluate offers: Past Performance and Price. Past Performance is considered more important than price.
The following attachments apply to this combined synopsis/solicitation and are included herein
Attachment I – Contract Administrative Plan
Attachment II – Quality Assurance Surveillance Plan
Attachment III - DD 254
The time and date for receipt of the quote is 4:00 PM Eastern Standard Time on 07 November 2022. The quote shall be submitted via email to the attention of Yasmin Mohamed at Yasmin.mohamed.civ@us.navy.mil. The Government will not pay for information submitted in the response to this notice. Any questions or concerns regarding this procurement should be directed to Yasmin Mohamed who can be reached by email at Yasmin.mohamed.civ@us.navy.mil. The deadline for the receipt of questions in response to this combined synopsis/solicitation notice is 2:00 PM Eastern Standard Time on 27 October 2022.
- ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
- NORFOLK , VA 23511-3392
- USA
- Yasmin Mohamed
- yasmin.a.mohamed.civ@us.navy.mil
- Phone Number 2672315833
- Oct 24, 2022 05:01 pm EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.