DOCUMENT

20220609 Pre-Proposal Conference Presentation DDOC.pdf

OVERVIEW

Original Source
Contract Opportunity
Posted
June 15, 2022
Type
.pdf
Size
0.6MB
Profiled People

DOCUMENT PREVIEW

EXTRACTED TEXT

Classification: UNCLASSIFIED

U N C L A S S I F I E D

DEFENSE INTELLIGENCE AGENCY
DEFENSE INTELLIGENCE AGENCY
DIA Delivery Order Construction (DDOC) IDIQ

Effective: 09 June 2022

(U) DDOC PRE-PROPOSAL CONFERENCE

Overall Briefing: UNCLASSIFIED

Classified by: Janae Glenn

U N C L A S S I F I E D
Classification: UNCLASSIFIED

COMMITTED TO EXCELLENCE IN DEFENSE OF THE NATION

Classification: UNCLASSIFIED

U N C L A S S I F I E D

WELCOME

Scope of Services
Introductions
Current Contract Way Forward Objectives/Scope of Services
Evaluation Factors
Proposal Content
General Information
RFP Estimated Dates
Next Steps Pre-Proposal Participants
Wrap Up
Questions & Answers

U N C L A S S I F I E D

Classification: UNCLASSIFIED
2

Classification: UNCLASSIFIED

INTRODUCTIONS

U N C L A S S I F I E D

Brenda Pickett Contracting Officer, CFOAC2A
Janae Glenn Contract Specialist, CFOAC2A
Frank Vito, Jr. Technical Point of Contact, FAC-1B
Charles Jewett Contract Officers Representative, FAC-1B

U N C L A S S I F I E D

Classification: UNCLASSIFIED
3

Classification: UNCLASSIFIED

U N C L A S S I F I E D O

CURRENT CONTRACT: HHM402-15-D-0062/HHM402-15-D-0071

DIA Delivery Order Construction Contract (DDOCC)

Current contract vehicle Multiple Award Task Order Contract (MATOC); Firm-

Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ)

Contract Ceiling: $180,000,000.00

Total Task Orders Awarded: 66

Incumbents Greenway Enterprises & Meltech Corporation

U N C L A S S I F I E D

Classification: UNCLASSIFIED
4

Classification: UNCLASSIFIED

U N C L A S S I F I E D

WAY FORWARD - OBJECTIVES

This requirement is to support the Office of Facilities Engineering and Construction (FAC-1B) in the areas of a broad range of
maintenance, repair, minor and renovation work on real property at the Defense Intelligence Agency (DIA):

The primary goal of FAC-1B is the swift acquisition of engineering requirements where contractor responsiveness is

paramount. The work is required in support of facility management activities.

FAC will identify and initiate the construction projects required and a Contracting Officer will negotiate and issue individual

task orders (TOs) to the contractor in order to complete those projects.

The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and successfully

accomplish each project. The contractor will be required to maintain an on-site management office in order to receive TOs
and provide other management services related to accomplishing individual projects.

The DDOC program is designed to expedite award of FACs minor construction and maintenance/repair requirements by

reducing engineer design work and acquisition lead-time.

U N C L A S S I F I E D

Classification: UNCLASSIFIED
5

Classification: UNCLASSIFIED

U N C L A S S I F I E D

WAY FORWARD SCOPE OF SERVICES

The DIA Delivery Order Construction (DDOC) contract is:

*A non-personal service, indefinite delivery, indefinite quantity (IDIQ) contract;

*For a broad range of maintenance, installation, repair, minor and major construction, renovation, and
reconfiguration work on real property occupied by the Defense Intelligence Agency.

*The Contractor shall provide all facilities, material, labor, equipment, transportation and
supervision necessary to perform DDOC IDIQ requirements.

*Types of projects include, but are not limited to: major and minor capital improvements, alterations, and
interior/exterior remodeling/renovation/repairs.

U N C L A S S I F I E D

Classification: UNCLASSIFIED
6

Classification: UNCLASSIFIED

U N C L A S S I F I E D

WAY FORWARD SCOPE OF SERVICES

*Project disciplines may include, but not be limited to, one or more of the following:

-Civil
-Structural
-Architectural
-Mechanical
-Plumbing
-Fire Protection
-Communications
-Intrusion/detection
-Audio/Visual Systems
-Electrical Disciplines

-Petroleum/oil/lubricants systems
-Asphalt and Concreate Pavements
-Masonry
-Various Roofing Systems
-Earthworks and Landscaping
-Environmental and Hazardous Abatements
-Aerial and Unground Utilities
-Power and Heat Generation

U N C L A S S I F I E D

Classification: UNCLASSIFIED
7

Classification: UNCLASSIFIED

U N C L A S S I F I E D

WAY FORWARD SCOPE OF SERVICES

In addition, the work may include tasks in various trades such as:

-Carpentry
-Pavement Repair
-Roofing
-Demolition
-Concrete Masonry
-Welding
-etc.

U N C L A S S I F I E D

Classification: UNCLASSIFIED
8

Classification: UNCLASSIFIED

U N C L A S S I F I E D

EVALUATION FACTORS

The Government seeks the best value proposal that demonstrates the greatest performance and
technical ability at a reasonable, realistic and affordable cost based on the following evaluation factors:

Factor I Facility Clearance Status
Top Secret Facility Clearance

Factor II Past Performance
Factor III Technical

Part I: Management Capability
Part II: Seed Project

Factor IV Price/Cost

U N C L A S S I F I E D

Classification: UNCLASSIFIED
9

Classification: UNCLASSIFIED

U N C L A S S I F I E D

PROPOSAL CONTENT OVERVIEW

Volume I - Facility Security Clearance

o Offerors shall provide their CAGE code identifying that the Offeror is in possession of a Top Secret Clearance
o Offerors of a Joint-Venture (JV) capacity shall provide the CAGE code of the JV entity to confirm theirTS/FCL.
o Failure to demonstrate an active Top Secret FCL at time of proposal results in immediate rejection of proposal.
o Adherence of all other criteria outlined in Sections L and M

Volume II Past Performance

o Offerors shall provide at least five and no more than ten past performance references.
o Offerors shall provide recent, relevant and quality past performance references.
o PPQs and/or CPARs shall be submitted directly from the Offerors References, not the Offeror.
o Adherence of all other criteria outlined in Sections L and M

U N C L A S S I F I E D

Classification: UNCLASSIFIED
10

Classification: UNCLASSIFIED

U N C L A S S I F I E D

PROPOSAL CONTENT OVERVIEW

Volume III Technical

Part I : Management Capability
Offerors shall address the criteria contained in each sub-part
Offeror shall demonstrate a clear understanding of the requirements of the Statement of Work/Technical Specifications
Adherence of all other criteria outlined in Sections L and M

Part II: Seed Project
Offerors shall address the criteria contained in each sub-part
Offeror shall adhere to the requirements of the Seed Project Statement of Work
Offeror shall demonstrate the ability to use the appropriate software and RS MEANS data
Adherence to all other criteria outlined in Sections L and M

Factor IV Price/Cost

Offerors shall propose coefficients for all contract line item numbers (CLINs) 0001AA 4001AF
Offerors shall submit a Letter of Bondability the bonding capacity for which you are qualified.
Adherence to all other criteria outlined in Sections L and M
o
U N C L A S S I F I E D

Classification: UNCLASSIFIED
11

Classification: UNCLASSIFIED

GENERAL INFORMATION

U N C L A S S I F I E D

Place of Performance all work will be performed at DIA properties within the National Capital Region

Contract type Single-Award Firm-Fixed-Price IDIQ

Acquisition Strategy:

- Competed Small Business Set-Aside
- Competed via sam.gov

IDIQ Ceiling - $300,000,000.00 ($60M per year)

****Note: The ceiling is the maximum allowed for the life of this IDIQ. Actual costs will be based on the
projected TOs and the work to be performed ***

U N C L A S S I F I E D

Classification: UNCLASSIFIED
12

Classification: UNCLASSIFIED

THINGS TO KNOW

U N C L A S S I F I E D

This will be a SATOC contract, meaning a single-award to one vendor.

- Site Visits will be scheduled following this conference.

The Government does not require a seed project design at time of proposal.

- A bid bond is not required; Letter of Bondability shall be submitted as a replacement to demonstrate the potential

Offerors capabilities to obtain Performance and Payment Bonds in the appropriate amount.

- When determining bonding capabilities, consider that a single Task Order awarded to the contract can be in

excess of $12M and all Task Orders awarded in a single year can be in aggregate of up to $60M.

- Design costs are noted as non pre-priced items (NPIs)

- CPARs are accepted, and shall be submitted by the Offerors References, not the Offeror.

Five PPQ/CPARs references are required; however, up to ten references are permitted.

U N C L A S S I F I E D

Classification: UNCLASSIFIED
13

Classification: UNCLASSIFIED

TECHNICAL OVERVIEW OF THE DDOC CONTRACT

T E C H N I C A L O V E R V I E W

FRANK VITO, JR.
Facilities Operation Specialist

U N C L A S S I F I E D

Classification: UNCLASSIFIED
14

Classification: UNCLASSIFIED

U N C L A S S I F I E D

REQUEST FOR PROPOSAL DATES

01 June 2022
08 July 2022
01 August 2022

Questions Due
Proposals Due
Tentative Award

U N C L A S S I F I E D

Classification: UNCLASSIFIED
15

Classification: UNCLASSIFIED

U N C L A S S I F I E D

NEXT STEPS PRE-PROPOSAL CONFERENCE PARTICIPANTS

Submit email request to Janae.glenn@dodiis.mil to schedule a Site Visit related to the Seed Project by 10 June

2022, 2:00 PM/EST (Site Visits will be scheduled for early next week)

Submit RFIs to Janae.glenn@dodiis.mil related to the Seed Project Only NO LATER THAN 17 June 2022, 12:00

PM/EST

Submit proposals NO LATER THAN 2:00 PM/EST, 08 July 2022 to Janae Glenn Janae.glenn@dodiis.mil and

Brenda Pickett Brenda.pickett@dodiis.mil

U N C L A S S I F I E D

Classification: UNCLASSIFIED
16

Classification: UNCLASSIFIED

WRAP UP

U N C L A S S I F I E D

Strict compliance to ALL of the criteria of Section L