SOLICITATION NOTICE
R -- GENERIC ROLE PLAYERS
- Notice Date
- 3/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Fort Irwin Contracting Command, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
- ZIP Code
- 92310-5095
- Solicitation Number
- W9124B10GSLUM
- Response Due
- 3/22/2010
- Archive Date
- 5/21/2010
- Point of Contact
- DONNA PROCTOR, 760-380-5013
- E-Mail Address
-
Fort Irwin Contracting Command
(donna.proctor@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- 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. 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 Government contemplates award of a Firm Fixed Price award resulting from this solicitation. THIS REQUIREMENT IS BEING SOLICITED AS A COMPETITIVE 8(a) SET-ASIDE. Offers are due no later than 1000 Hours PST, 22 March 2010. The Government intends to make a single award to the lowest responsive, responsible offeror whose quotation conforms to the solicitation and is most advantageous to the government considering price and non-price related factors. All responsible concerns may submit an offer which will be considered by the agency. NAICS CODE is 561210. Services required are to provide support for NTC Scenario based training for deploying units using generic role players. PERIOD OF PERFORMANCE is from 14 April 2010 to 08 October 2010. PERFORMANCE WORK STATEMENT (GENERIC ROLE PLAYERS) is a separate attachment to this combined synopsis/solicitation. Section L - Instructions, Conditions and Notices to Bidders L.1 INSTRUCTIONS TO OFFERORS Offerors are advised that the Government reserves the right, and fully contemplates the potential to make award without discussions in accordance with FAR 52.215-1(e) (4) included herewith in this section. Therefore, offerors are encouraged to propose their best offer initially. a. Responses to this solicitation shall be in the form of WRITTEN PROPOSALS and shall only be accepted via delivery as referenced in paragraph d. and e. below. No electronic proposals will be accepted. b. Bidders must quote on all CLIN items contained in the solicitation to be considered responsive. Proposals not complying with this requirement will be rejected. c. Responses to this RFP shall be submitted by the closing date (RFP closing date shall be 1000 Hours, 22 March 2010 (PST). in two (2) volumes as follows. It is the responsibility of the offerors to ensure that the evaluation factors are identified and adequately addressed in their proposal submissions. The written proposal shall consist of two (2) physically separate and detachable binders, individually entitled by volume as indicated below: REQUIRED NO. VOLUMECONTENTS HARD COPIES VOLUME IExecuted Request Original + two copies For Proposal Document & Price Proposal VOLUME IITechnical Proposal Original + two copies Subsections tabbed For ease of Identification Past Experience Subsections tabbed For ease of Identification d. Mailing address is: FORT IRWIN CONTRACTING COMMAND ATTN: G. S. LUM, BLDG 505 PO BOX 105095 FORT IRWIN CA 92310-5095 e. Delivery address is: FORT IRWIN CONTRACTING COMMAND ATTN: G. S. LUM BUILDING 505 SOUTHLOOP AND LANGFORD LAKE ROADS FORT IRWIN CA 92310 L.2 PROPOSAL EVALUATION FACTORS BY VOLUME 1.PRICE (VOLUME 1) 2.TECHNICAL ACCEPTABILITY PROPOSAL (VOLUME II) (a) Role Player Control Plan (b) Plan for Security Requirements (c) Past Experience in Related Tasks Over the Last 12 Months VOLUME I: EXECUTED REQUEST FOR PROPOSAL DOCUMENT, REPRESENTATIONS AND CERTIFICATIONS (52.204-8) Executed Request for Proposal Document, Representations and Certifications shall include the signed original of all documents requiring signature of the offeror. Insert proposed unit and extended prices in the pricing schedule for each contract line item. Complete all necessary fill-ins and certifications concerning Offeror Representatives and Certifications at FAR provision 52.204-8. Use of reproductions of signed originals is authorized in the duplicate copies of the proposal. All certifications required by the solicitation shall be completed in Volume I. VOLUME II: TECHNICAL ACCEPTABILITY PROPOSAL: Offerors technical proposal shall consist of narrative and supporting data that address the technical requirements contained in the solicitation. The offerors technical proposal should address the technical feasibility and merit of: a. ROLE PLAYER CONTROL PLAN: The offerors discussion of the plan must provide how the Contractor plans to organize his staff within the Garrison and in the training areas to ensure it meets the requirement of the attached Performance Work Statement.. b. PLAN FOR SECURITY REQUIREMENTS: The offerors discussion should provide detailed information implementing the security plan in accordance with the attached Performance Work Statement. c. PAST EXPERIANCE IN RELATED TASKS OVER THE LAST 12 MONTHS: The offerors discussion of the offerors past experience should demonstrate how the offerors performance on relevant and recent contracts of similar size, scope, and complexity reflects understanding, and capability to perform this requirement. Past experience references should include the following information for each contract and subcontract: Project or contract title Contract number and duration Name and address of contracting activity Name, phone/fax numbers for the Procurement Contracting Officer, Administrative Contracting Officer, and Contracting Officers Representative Brief summary of service provided, to include any special problems or challenges, proposed and applied solutions, and results. L.3 DISCUSSIONS/NEGOTIATIONS The Government intends to award without discussions. L.4 BASIS OF AWARD The basis of award will be made as a firm fixed price contract that is in the best interest of the government based on Low Price Technically Acceptable. L.5 PROPOSAL INFORMATION Contractors must be registered in the Central Contractor Registration System (CCR). No contract will be entered into with an un-registered vendor. Internet access allows vendors to register by completing an electronic on-line application at http://www.ccr.gov Provide your Dun and Bradstreet Number:____________________________________ Provide your CCR Cage Code:_____________________________________________ Provide your Federal Tax ID Number:_______________________________________ Provide your email address:_______________________________________________ POC: Gar Sun Lum FORT IRWIN CONTRACTING COMMAND PO Box 105095 Fort Irwin CA 92310 Tel: 760-380-7649 Fax: 760-380-3693 Email: garsun.lum@us.army.mil Section M - Evaluation Factors for Award EVALUATION FACTORS M.1 Evaluation Factors The basis of award will be made as a firm fixed price contract that is in the best interest of the government based on Low Price Technically Acceptable The factors for selection are Technical Acceptability and Price. For those proposals rated as technically acceptable, price becomes the determining factor in the ultimate source selection. The evaluation subfactors are as follows: 1. Technical Acceptability: (a) Role Player Control Plan (b) Plan for Security Requirements (c) Past Experience in Related Tasks Over the Last 12 Months 2. Price M.2 Basis for Evaluation 1.Technical Evaluations. To receive consideration for award, offeror must receive a go rating of technical acceptability. After technical acceptability is determined, price proposals will be evaluated. a. Technical Acceptability: The Government will evaluate technical acceptability on the basis that the offeror meets all requirements of the attached Performance Work Statement and addresses the following: 1. ROLE PLAYER CONTROL PLAN: The offerors discussion of the plan must provide how the Contractor plans to organize his staff within the Garrison and in the training areas to ensure it meets the requirement of the Performance Work Statement. 2. PLAN FOR SECURITY REQUIREMENTS: The offerors discussion should provide detailed information on implementing the security plan in accordance with the Performance Work Statement in additional to what security plan is already being used. 3. PAST EXPERIENCE IN RELATED TASKS OVER THE LAST 12 MONTHS: The offerors discussion of the offerors past experience should demonstrate how the offerors performance on relevant and recent contracts of similar size, scope, and complexity reflects understanding, and capability to perform this requirement. C. Relative past experience will be considered to the extent that it demonstrates the ability to satisfy all required services as stated in the statement of work. b. Price: The Government will evaluate and compare prices to determine the lowest overall price. c. Discussions. The Government intends to award without discussions. M.3 Basis of Award Award will be made on the bases of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non cost factors. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) an d (h) are deleted. FAR Provision 52.212-2, The Government intends to make a single award to the lowest responsive, responsible offeror whose quotation conforms to the solicitation and is most advantageous to the government considering price and non-price related factors. Offerors shall include a completed copy of the provision at FAR 52.2 12-3 ALT I, Offeror Representations and Certifications - Commercial Items, with their quotations. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition with the following clauses checked as applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222-21, Notice to the Government of Labor Disputes; 52.222-26, Equal Opportunity; 52.222-35, Equal opportunity for special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-36, Affirmative Action for workers with disabilities; 52.222-37, Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-1 5, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer of Other than Central Contractor Registration and 52.214-21, Descriptive Literature. DFARS Clause 252.212-7001, Contract Terms and Conditions to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition and is incorporated in full text with the following clauses checked as applicable: 252.225-7036, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; 252.243-7002, Requests for Equitable Adjustment; 52.204.6 Data Universal Numbering System (DUNS) number; 52-211-2 Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST); 52.233-2 Service of Protest; 52.236-22, Design within Funding Limitations; 52.203-5, Covenant Against Contingent Fees; 52202-1 Definitions; 52.203-7, Anti-Kickback Procedures; 52.204-9, Personal Identity Verifications of Contractor Personnel, 52.217-8, Option to Extend Services, 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Terms;52.000-4000ALTERNATE DISPUTES RESOLUTION, 52.000-4032,Army Electronic Invoicing Instructions; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS;.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3fb2b5247064aedc8b9282f4a9831130)
- Place of Performance
- Address: Fort Irwin Contracting Command Directorate of Contracting, PO Box 105095 Fort Irwin CA
- Zip Code: 92310-5095
- Zip Code: 92310-5095
- Record
- SN02083829-W 20100307/100305234718-3fb2b5247064aedc8b9282f4a9831130 (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 |