SOLICITATION NOTICE
U -- Design Engineering/Calculations Instructional Services
- Notice Date
- 9/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY08T0139
- Response Due
- 10/1/2008
- Archive Date
- 11/30/2008
- Point of Contact
- chaquandra, 256-895-1897<br />
- 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 Solicitation W912DY-08-T-0139 is a Request for Quotations (RFQ) for Electrical Design/Electrical Calculations Instructional Services in accordance with the Governments requirement. The Contractor shall perform these services at various locations; for the base period, the location for the course has been identified; there is an optional course that may/may not be required by the Government. The location for this course during the base period will be determined at a later date. Locations for attendance at the instructors meeting, the course and optional course for the option periods will be identified when the option period is exercised, if the Government exercises the respective option period. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. This acquisition is set-aside for small business concerns, the associated NAICS code is 611430 and size standard is $7 million dollars. The following entries are the Bid Schedule for this requirement. Prices for the Base Period CLINs 0001 and 0002 shall include travel to the destination(s). For CLIN 0003 and Option Periods 1 through 3, the Contractor shall submit his/her hourly labor rate with his proposal. Optional CLINs (see CLINs 0003, 1003, 2003, 3003) mean that the Government may or may not need the instructional services therefore funding for that CLIN may/may not be obligated. The requirement is for the following items: Base Year: Year 2009 CLIN 0001 Session 09-00, Attend Instructor Meeting, Huntsville, AL 27-31 October 2008; Unit Price ___ x 1 Each = Extended Price___ CLIN 0002 Session 09-01, Instruction of Electrical Design I - at Orlando, FL 11-15 May 2009; Unit Price ___ x 1 Each = Extended Price ___ CLIN 0003 Session 09-02, Instruction of Electrical Design I Onsite Location DATES / LOCATION TBD- Labor Rate $____ Optional CLIN; Unit Price ___ x 1 Each = Extended Price___ CLIN 0004 Travel to Onsite Location DATES/LOCATION TBD Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). CLIN 0005 Contractor Manpower Reporting, Unit Price___ x 1 Each = Extended Price ___ The requirement to report this data will apply for the base period and each option period (if any of the options are exercised). Option Period 1: Year 2010 CLIN 1001 Session10-00, Attend Instructor Meeting, DATES / LOCATION TBD- Labor Rate $___ ; Unit Price ___ x 1 Each = Extended Price ___ CLIN 1002 Travel to Session 10-00, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). CLIN 1003 Session 10-01, Instruction of Electrical Design I - DATES / LOCATION TBD- Labor Rate $___ ; Unit Price ___ x 1 Each = Extended Price ___ CLIN 1004 Travel to Session 10-01, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). CLIN 1005 Session 10-02, Instruction of Electrical Design I Onsite Location DATES/LOCATION TBD- Labor Rate $___ Optional CLIN; Unit Price ___ x 1 Each = Extended Price ___ CLIN 1006 Travel to Session 10-02, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). Option Period 2: Year 2011 CLIN 2001 Session11-00, Attend Instructor Meeting, DATES / LOCATION TBD- Labor Rate $___ ; Unit Price ___ x 1 Each = Extended Price ___ CLIN 2002 Travel to Session 11-00, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). CLIN 2003 Session 11-01, Instruction of Electrical Design I - DATES / LOCATION TBD- Labor Rate $___ ; Unit Price ___ x 1 Each = Extended Price ___ CLIN 2004 Travel to Session 11-01, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR) CLIN 2005 Session 11-02, Instruction of Electrical Design I Onsite Location DATES/LOCATION TBD- Labor Rate $___ Optional CLIN; Unit Price ___ x 1 Each = Extended Price ___ CLIN 2006 Travel to Session 11-02, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). Option Period 3: Year 2012 CLIN 3001 Session12-00, Attend Instructor Meeting, DATES / LOCATION TBD- Labor Rate $___ ; Unit Price ___ x 1 Each = Extended Price ___ CLIN 3002 Travel to Session 12-00, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). CLIN 3003 Session 12-01, Instruction of Electrical Design I - DATES / LOCATION TBD- Labor Rate $___ ; Unit Price ___ x 1 Each = Extended Price ___ CLIN 3004 Travel to Session 12-01, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). CLIN 3005 Session 12-02, Instruction of Electrical Design I Onsite Location DATES/LOCATION TBD- Labor Rate $___ Optional CLIN; Unit Price ___ x 1 Each = Extended Price ___ CLIN 3006 Travel to Session 12-02, DATES/LOCATION TBD - Travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). Typical course sessions each consist of 36 instruction hours and 8 hours of preparation. Typical expenses associated with meeting attendance include labor for travel time and meeting attendance as well as per diem in accordance with the Joint Travel Regulation. The meetings typically are 8 hours in duration from 08:00 a.m. to 5:00 p.m. with 1 hour for lunch. The Government is not under any obligation to exercise any of the Option Years listed above. Exercise of any Option Years will be at the discretion of the Government and contingent upon need. In the event an Option Year is exercised, exercise of the Option will occur before 30 September of the related calendar year. The following provisions: FAR 52.212-1, FAR 52.212-2, FAR 52.212-3, 52.212-1, Offerors shall include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications-Commercial Items with their proposal. PROPOSAL SUBMISSION:a. Proposals shall be received on or before 4:00 p.m., CST, on 1 October 2008. Facsimile proposals will be accepted; electronic proposals will not be accepted. The offeror can also mail its proposal to the following address: U.S. Army Corps of Engineers, Huntsville Center Attn: Chaquandra Wilson/Diana Rodenas P.O. Box 1600 Huntsville, Alabama 35807-4301. Mailed proposals shall be in a sealed envelope or package and must show the time and date specified for receipt of the offer/proposal, the solicitation number, and the name and address of the offeror. Hand-carried proposals may be delivered to the U.S. Army Corps of Engineers, Huntsville Center, 4820 University Square, Huntsville, AL 35816-1822. Late proposals will be processed in accordance with FAR 52.212-1(f) Late submission, modifications, revisions, and withdrawals of offers. b. Proposals shall be written using a standard, 12-point font and shall not exceed 10 pages. This page restriction applies to the resume portion of the proposal. Cover sheets do not apply to page count. Each paragraph shall be separated by at least one blank line. The following items shall be submitted for each evaluation factor: 1. Work Experience 2. Teaching Experience (a) Offerors shall submit a rsum or other documentation addressing work experience and teaching experience of the proposed classroom instructors required in this combination synopsis/solicitation. The offeror shall submit proof of the highest degree obtained in the form of a copy of a diploma for the proposed classroom instructor(s) or copy of current license or certification. The offeror shall use the following sample format to document full time work and teaching experiences in his/her resume: From: (day/month/year) To: (day/month/year) - I provided instruction in XYZ course at the University of ABC in Huntsville, AL... 3.Education (a) The PWS specifies the minimum education requirements; however, offerors with more than the minimum requirements will be evaluated based on the highest level of education obtained. 4.Past Performance (a)Provide a list of between 3 to 5, of the most relevant contracts performed for government agencies and commercial customers within the last 3 years. The list should only include sources relevant to the efforts required in this solicitation. The list shall include: (i) Company/Division name (if commercial source) (ii) Description of Services performed (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, FAX and telephone number of the contracting officer (if applicable) (b) The Government will evaluate the quality and extent of offerors performance deemed relevant to the requirements of this solicitation. The Government will use information submitted by the offeror and other sources such as other Federal, State, and Local government offices and commercial sources, to assess past performance. 5.Pricing: The Contractor shall submit pricing on the Contract Line Item Numbers (CLIN) listed above for the base period and all the option periods listed. (a) Obtain a copy of FAR Provision 52.212-3 from the following website: http://www.arnet.gov/far/current/html/52_212_213.html. Complete the necessary fill-ins and certifications in this provision and submit along with the proposal. Alternately, the offeror may go to the Online Representations and Certifications Application (ORCA) webpage at https://orca.bpn.gov/ to complete the representations and certifications required by FAR Provision 52.212-3.Any award made as a result of this solicitation will be for the Base period only and will not include any Option period. Any desired explanation of this solicitation should be made in writing to Chaquandra Wilson at email Chaquandra.K.Wilson@usace.army.mil, and Diana Rodenas at e-mail Diana.Rodenas@usace.army.mil. Requests for written clarifications and/or questions are by 22 September 2008. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. Oral explanations will not be binding. If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt by the exact time specified in this combined synopsis/solicitation and urgent Government requirements preclude an amendment or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office.FAR Provision 52.212-2 EVALUATION--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 most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Work Experience,Teaching Experience,Education,Past Performance, and Price. Work Experience is slightly more important than Teaching Experience and together when combined are equally important with Education and Past Performance. All non-price evaluation factors, when combined are significantly more important than price.(b) Options. 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).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(d) Acquisition Approach:This is a best value competitive acquisition for the award of a firm-fixed price (FFP) contract. Award will be made to the best overall proposal, which is determined to be the most beneficial to the Government. The Government will evaluate proposals in accordance with the criteria described herein, and award contract(s) in accordance with procedures in FAR Subpart 13.106-2.(e) Evaluation Factors are as follows: 1) Work Experience: a. Relevance and recency of experience b. Nature and amount of experience (Full-time/part time/number of years) 2) Teaching Experience a. Relevance and recency of experience b. Amount of relevant experience (classroom hours taught).3) Education. Highest level of education obtained 4) Past performance: a. Quality of performance as teacher/instructor b. Quality of performance as professional/subject matter expert in subject matter area of expertise 5 Price:No subfactors.(f). Evaluation Approach:After the Government evaluates and rates each individual proposal, the Source Selection Authority will evaluate proposals in accordance with the solicitation criteria to determine which proposal(s) represents the best value. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. If there is a lower priced, conforming offer(s), the Source Selection Authority will determine if a higher priced proposals technical superiority justifies award to that offeror.(End of provision).The following FAR clauses are applicable to this acquisition: FAR 52.212-4, FAR 52.217-8, FAR 52.217-9, 52.232-18, 52.237-3, 52.252-1,52.252-252.201-7000, 252.204-7004 Alt A, 252.212-7001, The following FAR clauses within FAR Clause 52.212-5 are applicable: 52.203-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, and 52.225-13, 52.232-33.The following DFARS clauses within this DFARS clause are applicable: 52.203-3, 252.225-7012, 252.232-7010, 252.232-7003,252.246-7000, FAR 52.212-5, Addendum for FAR Clause 52.212-4, Paragraph (c), Changes of FAR Clause 52.212-4 is changed as follows: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office and appropriation data, which may be made unilaterally by the Government. For CLIN 0003 and during the option year periods, travel costs will be reimbursed in accordance with the Joint Travel Regulations (JTR). Travel expenses will be reimbursed at cost in accordance with the Joint Travel Regulation. Documentation of travel costs (i.e. hotel receipts, airline tickets, car rental receipts, gas receipts, etc.) shall be furnished with the invoice for which reimbursement is being requested. STATEMENT OF WORK for Electrical Design I #373, Electrical Calculations 1.0 General information concerning dates and locations is included in Appendix A. 2.0. Course Information. The Contractor shall provide instruction in Electrical Design I, Electrical Calculations in accordance with the requirements herein. 2.1 Brief Course Description: This course clarifies criteria and practices for electrical engineer designers to assure an adequate design and review of electrical features of government projects and to improve design quality and to incorporate Anti-Terrorism Force Protection (ATFP) requirements. The course will develop the complete electrical design of a 40,000 square foot office building, including sizing of service, distribution equipment, feeder and branch conductors, transformers, panel boards, grounding components, fire alarm and fire pump, exterior and interior lighting, lightning protection, energy savings, protective devices, coordination and power requirements. 3.0Contractor Requirements.3.1. Contractor shall provide instruction of the course described in paragraph 2.1 above at the locations and on the dates listed in Appendix A. The Contractor shall provide instruction on each of the following topics during the session: 3.1.1. Electrical Calculations (Part 1: 5 hrs.; Part 2: 4 hrs.; Part 3: 3 hrs.- Because of the large block of instruction, the lesson of Electrical Calculation will be broken into three parts, typically taught on Monday afternoon, Tuesday Morning, and Tuesday afternoon. Schedule of instruction could be revised to different days. Calculations necessary to determine sizes of branch-circuit conductors and feeder conductors in accordance with all applicable National Electrical Code (NEC) requirements; other branch-and feeder-circuit components and their sizes; fire pump motor-circuit conductors and other components in accordance with NFPA-20 (National Fire Protection Association).NFPA 20: Standard for the Installation of Stationary Fire Pumps for Fire Protection) and the NEC; short-circuit current calculations using the per-unit method and the point-to-point method; voltage drop calculations using alternative methods; electrical system demand calculations. The Contractor provided class instruction will include directed informal discussion sessions and case studies, and comprehensive examples in which students perform calculations under the instructors leadership. 3.1.2. Contractor shall attend instructor meeting in Huntsville, AL, Tom Bevill Center University of Alabama Huntsville Campus scheduled on 27-31 October 2008. The meeting times are 08:00 a.m. to 5:00 p.m. 3.1.3. Contractor shall assist in setup of classrooms and equipment (approximately 2-3 hrs), and to distribute class materials, etc., on Sunday, 10 May 2009. 3.1.4. Contractor shall be available to answer student questions 30 minutes prior to class, during class, and up to 30 minutes after class. The Contractor shall assist other instructional staff or teach as needed on the final day of class (Friday) from 8:00 12:00 p.m. The Contractor shall be available to assist preparation for shipment of equipment, and excess materials on the final day of class.3.1.5. Contractor Qualifications. The Contractor shall be an experienced instructor who has been involved with instruction of adult education courses in the subject matter required in this Statement of Work. The Contractor shall be an electrical engineer who has a working knowledge of the specific topics and shall submit evidence indicating a high degree of knowledge of the NEC; United States Army Corps of Engineers (USACE) Technical Manuals (TM), specifications, and requirements; and other required codes and standards as they apply to the course topic. The Contractor shall posses at a minimum, a bachelors degree in Electrical Engineering. 3.2 The Contractor shall provide NLT 5:00 p.m. Central Standard Time (CST) on 09 March 2009 to the Course Manager in electronic format the following materials for final approval and printing: lesson plans, objectives, pre/post test questions, and student handouts, a full copy of presentation files and full copy of power point for work book. The USACE Learning Center (ULC) will provide the Contractor the latest version of materials associated with the course within 10 calendar days after award so the Contractor can revise the course book and presentation files, if necessary. The Contractor shall ensure that the current lesson plan is on file for the topic(s) listed under Section 3.1.1. 3.3. The Contractor shall deliver course materials to the following address: USACE Learning Center ATTN: CEHR-P-TO (Stacey English) P. O. Box 1600, Huntsville, AL 35807-4301 Phone (256) 895-7438, FAX: (256) 895-7498 E-Mail: stacey.e.english@usace.army.mil 4.0. Government-furnished materials: 4.1. The Government will provide to the Contractor for distribution to students a set of course materials related to the subjects/topics listed above. The material will include student/course manual and a copy of the pre/post test. 4.2. The Government will provide the classroom, all training equipment, and student materials. 5.0. Special Instructions: The Contractor shall update course materials provided during the base period of contract performance to reflect current NEC (National Electric Code) requirements prior to providing instruction during fiscal year 2011 and if after review, decided by the course manager. 6.0. Contractor Manpower Data Reporting. 6.1. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report contractor manpower information (including subcontractor manpower information) required for performance of this contract. The contractor shall submit all the information required in the format specified at the following web address: https://cmra.army.mil/default.aspx The required information includes: (1) Contract Number (2) Delivery Order Number (if applicable) (3) Task Order Number (if applicable) (4) Requiring Activity Unit Identification Code (UIC) (5) Command (6) Contractor Contact Information (7) Federal Service Code (FSC) (8) Direct Labor Hours (9) Direct Labor Dollars (10) Location Information (where contractor and subcontractors (if applicable) performed the services Contractors shall fill in the above fields on the website. 6.2. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 15 October of each calendar year. If your particular contract crosses fiscal years, 2 entries must be made to capture the data for the contract period; for example if the contract start date is 1 January 2008 and ends 31 December 2008, the data for the period from 1 January 2008 through 30 September 2008 shall be entered not later than 15 October 2008 and the period 1 October 2008 through 31 December 2008 shall be entered not later than 15 January 2009. APPENDIX A1.1 Course Title: Electrical Design I 1.2 Course Control Number: 373 1.3 Course Length: 36 hours1.4 Number of Students: 55 students 1.5 Session Number, Date, and Location Session 09-00, Instructor Meeting Huntsville, AL 27-31 October 2008Session 09-01, Electrical Design I - Regular Session, Orlando, FL 11-15 May 2009 Session 09-02, Electrical Design I Optional Onsite DATES / LOCATION TBD1.6 Option Years: FY 10 through FY12 : Session 00, Instructor Meeting, DATES / LOCATION TBD Session 01, Electrical Design I Regular Session DATES / LOCATION TBD Session 02, Electrical Design I, Optional Onsite DATES / LOCATION TBD Questions shall be forwarded not later than October 1, 2008 9:00 A.M. CST via email to the Diana.Rodenas@usace.army.mil. Questions will only be accepted in written form. Submission of offers shall be forwarded BY 5:00 P.M. CST, October 13, 2008 via e-mail to the following addresses:Chaquandra.k.wilson@usace.army.mil and Diana.Rodenas@usace.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=001ba3bb273cac784da4fcabc104bb37&tab=core&_cview=1)
- Place of Performance
- Address: USACE 4820 University Square Huntsville AL<br />
- Zip Code: 35816<br />
- Zip Code: 35816<br />
- Record
- SN01670529-W 20080917/080915220647-001ba3bb273cac784da4fcabc104bb37 (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 |