Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

R -- Non-personal services for subject matter expertise in support of training development efforts associated with Army Transformation for Noncommissioned Officer Education System, specifically Interactive Multimedia Instruction

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-06-R-0032
 
Response Due
9/13/2006
 
Archive Date
11/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is W911SG-06-R-0032 and is issued as a Request for Proposal (RFP). Proposals are due by 13 Sep 06, 3:00 p.m MST. The RFP will result in a firm fixed price performance b ased requirement contract. Performance will be evaluated by the following three (3) metrics: 1) Did the contractor provide the correct number of qualified personnel as required by the performance work statement? 2) Do the contractor personnel arrive o n time at their scheduled location? 3) Do the contractor personnel have the requisite ability to review, revise or produce new interactive multimedia instruction training support package material? The performance period is from 28 Sep 06 through 27 Sep 07 , plus four (4) one-year option periods. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 611710. The Directorate of Contracting, Fort Bliss, Texas is solicit ing proposals to provide the non-personal services for subject matter expertise in support of training development efforts associated with Army Transformation for Noncommissioned Officer Education System (NCOES), specifically Interactive Multimedia Instruc tion (IMI). CLIN 0001 IMI Training Developers, 3 ea, estimated 5,640 hrs x Unit Price: $______. Option periods beginning 28 Sep 07 through 27 Sep 08 (and continuing up to three additional years), CLINS are the same as the Base Year and need to be priced s eparately. Award of contract is subject to availability of funds. Exercising of option period will be subject to satisfactory contractor performance as evaluated by the Government and the availability of funds. Total price for evaluation purposes is det ermined by adding the total price of all CLINS in the base period and all CLINs in the option periods. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. The following FAR clauses and provisions appl y to this RFP: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors  Commercial Items (Jan 2005); provision 52.212-3, Offeror Representations and Certification  Commercial Items must be completed and submitted with the proposal; FAR clause 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFP and the f ollowing clauses cited in the clause apply: 52.203-6, Alternate 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Coo peration with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, an d Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 42 12) (Dec 2001); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Also applicable, clause 52.228-5, Insurance  Work on a Government Installation (Jan 1997), clause 52.232-18 Availability of Funds (Apr 1984), pro vision 52.233-2, Service of Protest (Aug 1996), clause 52.233-3, Protest After Award (Aug 1996); clause 52.233-4, Applicable Law for Breach of Contract Claim (O ct 2004); clause 52.243-1, Changes  Fixed Price, Alt 1 (Apr 1984); provision 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference (Feb 1998); provision 52.252-5, Authorized Deviations i n Provisions (Apr 1984); clause 52.252-6, Authorized Deviations in Clauses (Apr 1984); clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); and clause 252.243-7001, Pricing of contract modifications. Offerors must submit the following to be considered for award: 1) a completed copy of FAR clause 52.212-3, Representation and Certifications, Commercial Items (Mar 2005); 2) Offerors must submit a price proposal; 3) Offerors must have a satisfactory record of past performance and experien ce. Mail proposals to Directorate of Contracting, ATTN: Lauren Van Ens, 2021 Club Road, Fort Bliss, Texas 79916 or FAX to (915) 568-0836. Copies of FAR clauses and provisions may be accessed via the Internet at www.arnet.gov. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government intends to evaluate proposals and make award without discussions. The following FOUR factors, in descending order of importance, shall be used to evaluate offers: technical capability, past performance, past experience, and price. Past experience, past performanc e and price when combined, are less important then technical capability. The Government will evaluate proposals for both amount of experience with similar contracts and quality of performance. 1) Technical capability  offerors must submit the resumes o f proposed IMI training developers. 2) Past Experience  refers to the amount and nature of the work your company has performed. 3) Past Performance  refers to how well your company has performed that work. 4) Price  Offerors shall propose a price for each CLIN The Government will evaluate the submitted past performance information required by FAR provision 52.212-1 and may use information from other sources to review offerors ability to perform the contract successfully. Required past performance information: Offerors shall submit three (3) references of relevant contracts performed within the last five years (past and/or present), that are the same and/or similar to the size and complexity of this requirement. For each reference include the con tract number, dollar value, contract office, agency name, contact numbers, period of performance, contracting officers name, telephone and fax numbers for each contract, customer name and phone number and description of service. Past performance data doe s not have to be through a government agency. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01122267-W 20060824/060822221549 (fbodaily.com)
 
Source
FedBizOpps 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.