Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2003 FBO #0485
SOLICITATION NOTICE

R -- New Equipment Trainer for Modular Lightweight Load-Carring Equipment (MOLLE)

Notice Date
3/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-03-T-0049
 
Archive Date
6/7/2003
 
Point of Contact
Peggy Dube, (508) 233-4481
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(peggy.dube@natick.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The U.S. Army Robert Morris Acquisition Center-Natick Contracting Division, Natick, MA, in support of the U.S. Army Soldier and Biological Chemical Command, Soldier Systems Center, (USA, SBCCOM, SSC), has a requirement for a New Equipment Trainer for the Modular Lightweight Load-Carrying Equipment (MOLLE). This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6 and 13.5, as supplemented with additiona l information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number for this combined synopsis and solicitation announcement is DAAD16-02-T-0049 and is being issue d as a Request for Quotation. This procurement action is being conducted as a Small Business Set-Aside and the North American Industry Classification Code System (NAICS) Code is 541690 with an associated standard business size of $6,000,000.00 per year. Th e intended Contract Line Item Numbers (CLINs) and description of items required and quantity are as follows: CLIN 0001: New Equipment Trainer for Modular Lightweight Load-carrying Equipment. This individual is needed to conduct New Equipment Training (NET) for the Modular Lightweight Load-carrying Equipment (MOLLE) system, and items that integrate with it, for military personnel. This effort will require working on an as-needed basis for a period from date of award to 31 Dec 2003. The maximum number of hours to be worked will be 400. Typical hours occur during normal business hours Monday through Friday. However, weekends, holidays, or off hours may be required to meet student schedules. Approximately 40 hours may be spent at U.S. Army Natick to attend meetings and receive training. Training at Natick will be for the purpose of the recipient of an awarded purchase order, learning the MOLLE program of instructions as set forth by the lead MOLLE NET instructor. This purchase order shall require ex tensive travel to U.S. Army and U.S. Marine Corps bases throughout the United States and overseas. Training locations will be provided by the Government. The contractor will be required to make contact with training sites and set up all training arrangem ents with the unit. The New Equipment Trainer shall possess the following: a) U.S. Citizenship; b) Current Passport; c) High school diploma (or GED) required; d) Past experience in U.S. Army Infantry and understanding of how military units within the U.S. Army and U.S. Marine Corps are organized; e) Past experience as an instructor in one of the Army Schools; f) Good working knowledge of the MOLLE System including how it is assembled and how it is intended to be used; g) Experience in speaking to group s of 50 or more people on a routine basis; h) Military expertise to include a good working knowledge of the organization of an Infantry unit; Understanding of the roles of the Division G-3 and G-4, and Brigade S-3 and S-4 and the Command Structure; j) Kno wledge of military tactics and the use of individual equipment; k) Understanding of the Central Issue Facility in the role of issuing new gear; l) Ability to travel on 24-hour notice to locations within the United States (CONUS) and ability to travel on 48 -hour notice outside the continental United States (OCONUS). CLIN 0002: Travel Reimbursement - Actual travel expenses will be reimbursed. The contractor shall receive daily per diem as described by the General Services Administration. No First Class tra vel shall be authorized or reimbursed. As a result of this solicitation, the Government intends to award one firm-fixed-price purchase order. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition, addend a to include the following: Offers shall submit the following: (1) A resume, not to exceed five typed pages, including supporting documentation. This resume shall include sufficient information, evidence, documentation, and points of contact to allow for confirmation and evaluation of all past experience and expertise, military experience and expertise, education, citizenship, current passport and other requ irements as detailed in CLIN 0001 above. Past Performance information shall include contract/purchase order numbers, at least three points of contact with telephone numbers, e-mail addresses and other relevant information sufficient for evaluation of Past Experience and Military Experience and shall include, at a minimum, a brief description of the work performed within the past three years. (2) Proposed Hourly Rate for CLIN 0001 - Quantity 400 Hours. CLIN 0001 Price shall be quoted on a price per hour basis. CLIN 0002 Travel Reimbursement shall not be quoted. (3) Completed copy of the provision for Representations and Certifications at FAR 52.212-3 and DFARS 212-7000. In accordance with FAR 52.232-33 and DFARS 252.204-7004, prior to the award of any purchase order, offerors shall become registered in the Central Contractor Registration (CCR) file which can be accomplished via the Internet at http://www.ccr.gov Offerors shall submit one (1) original and one (1) copy (identified as such) of their qu ote and all supporting documentation. Delivery shall be F.O.B. Destination Natick, MA. Period of Performance is from date of award to 31 December 2003. This is an all-inclusive requirement and shall, therefore, be provided in total by one vendor. The p rovision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. The following areas will be evaluated and are stated in descending order of importance: Technical Performance Area is of greater importance than Past Performance Area whic h is of greater importance than the Price Area. TECHNICAL AREA: Technical capability as specified in the offeror's resume and supporting documentation shall be evaluated on the basis of the ability to meet the Government requirement as detailed in CLIN 0001. Technical Area will receive a narrative rating as follows: Excellent, Acceptable, or Unacceptable. PAST PERFORMANCE AREA: Past Performance Area will be evaluated for on the basis of the ability to meet the Government requirement as detailed in CLIN 0001. A narrative rating of acceptable or unacceptable will be assigned based on the evaluator's findings of the relative risks associated with the Offeror's likelihood of success in accomplishing this effort. PRICE AREA: The overall price for CLI N 0001 will be evaluated based on the price competition of this acquisition. Award will be made to the Offeror whose quote represents the best overall value to the Government based on the Areas set forth herein. To receive consideration for award, overa ll evaluations of not less than 'Acceptable' must be achieved in all Areas. Offerors are cautioned that award may not necessarily be made to the lowest-priced Offeror. This combined synopsis and solicitation document and incorporated provisions and claus es are those in effect through Federal Acquisition Circular (FAC) 97-16. The following FAR clauses and provisions apply to this acquisition: 52.209-6; 52.212-1; 52.212-2; 52.212-3; 52.212-4; 52.212-5 (the following clauses there-under are applicable: 52. 222-21; 52.222-26; 52.22-35; 52.222-36; 52.222.37) 52.222-19; 52.222-25; 52.225-13; 52.232-33; 52.233-3; 52.237-2; 52.247-34; 52.252-1; 52.252-2; 52.253-1; DFARS 252.203-7001; 252.212-7000; 252.212-7001 (the following clauses there-under are applicable: 25 2.225-7001; 252.243-7002). The full text version of these provisions and clauses may be located at http://farsite.hill.af.mil. This combined synopsis/solicitation may also be viewed on the US Army Robert Morris Acquisition Center-Natick Homepage, at https ://www3.natick.army.mil under solicitation number DAAD16-03-T-0049. Questions concerning this combined synopsis/solicitation may be directed via e-mail only, to Peggy Dube, Contract Specialist, at peggy.dube@natick.army.mil Telephone inquiries will not be accepted. All quotes shall be received at the US Army Robert Morris Acquisition Center-Natick, no later than 4:30 P.M. EST on 8 April 2003. The mailing addre ss is as follows: U.S. Army Robert Morris Acquisition Center-Natick, ATTN: AMSSB-ACN-S/Peggy Dube, Building 1, Kansas Street, Natick, MA 01760-5011.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00290484-W 20030330/030328213706 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.