SOLICITATION NOTICE
U -- Army Registry Transcript System (AARTS) requirement. IMPORTANT: All referenced Exhibits/Attachments are located on the NCRCC website: http://dccw.hqda.pentagon.mil/rfp/rfp_1.asp.
- Notice Date
- 3/5/2010
- Notice Type
- Presolicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-10-R-0074
- Response Due
- 3/11/2010
- Archive Date
- 5/10/2010
- Point of Contact
- Carole E. Vallejos, 703-428-0822
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(carole.e.vallejos@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request-for-Proposal (RFP): W91WAW-10-R-0074 (NOTE: A new solicitation number was issued for this requirement, due to an error in the Army Single Face Industry System and the Federal Business Opportunities Website.) (1)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. (2)The solicitation document is issued as a Request-for-Proposal (RFP). Submit written proposals on RFP number W91WAW-10-R-0074 (in lieu of W91WAW-10-R-0016). (3)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (4)The North American Industry Classification System (NAICS) code is 611710 and the size standard is $7.0 million. The acquisition is solicited as a 100% Small Business Set-Aside. The Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this combined synopsis/solicitation. (5)This combined synopis/solicitation is for purchase of the following commercial services: Procure personnel to evaluate transcripts for Soldiers and Veterans of the Army, Army National Guard, and the U.S. Army Reserve. Contractors will be required to evaluate the Soldiers and Veterans military training as well as job-related experiences and make recommendations toward the awarding of college level credits based on the American Council on Education (ACE) standards. Contractors shall provide the unit price for the requirements listed below: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT BASE YEAR 0001Evaluate Transcripts 12 Month0.00 0.00 IAW the PWS OPTION YEAR ONE (1) 1001Evaluate Transcripts 12 Month0.00 0.00 IAW the PWS OPTION YEAR TWO (2) 2001Evaluate Transcripts 12 Month0.00 0.00 IAW the PWS OPTION YEAR THREE (3) 3001Evaluate Transcripts 12 Month0.00 0.00 IAW the PWS OPTION YEAR FOUR (4) 4001Evaluate Transcripts 12 Month0.00 0.00 IAW the PWS (6)Revised Performance Work Statement--Army Registry Transcript System DELIVERIES OR PERFORMANCE The Period of Performance (POP) is as follows: Base Year: Twelve (12) months after the effective date of award with four (4) option years. (7)FAR 52.212-1Instructions to OfferorsCommericial Items, applies to this acquisition. (8)FAR 52.212-2EvaluationCommercial Items, applies to this acquisition (9)Basis of Award: The following factors shall be used to evaluate offers: Factor 1: Technical Capabilities Sub-Factor 1 Understanding of Requirements. The Government will evaluate the offerors understanding of the work and experience with work of similar nature, scope, complexity and difficulty outlined in Part 5 of the Performance Work Statement (PWS) that must be performed under the prospective contract contemplated by this solicitation. Sub-Factor 2 Management Approach. The offerors proposal will be evaluated to include the extent to which it demonstrates a sound understanding of the PWS requirements, provides a comprehensive approach to meeting the PWS requirements, and identifies the risks in performance and describes the plan to successfully mitigate the risks. The proposal shall demonstrate the offerors qualifications and experience in those areas that are relevant to the tasks described in the PWS. The offeror shall have sufficient fiscal and management resources on hand and available to begin and sustain work on the effort. The organizational chart must clearly depict a quality approach, setting out the roles, responsibilities, and functions within the prime contractor organization and showing a clear and effective relationship with sub-contractors to accomplish the requirements. The quality control program and PRS will be evaluated for soundness and a reflection of a thorough understanding of the PWS. The offeror shall have sufficient procedures to account for and control any Government Furnished Equipment (GFE). Sub-Factor 3 Quality Control Plan (QCP). The Government will evaluate how the offeror intends to monitor, inspect, and correct deficiencies for the requirements of the PWS. The Government reserves the right to incorporate the QCP in the contract that will result from the solicitation. The QCP will be considered releasable under the Freedom of Information Act (FOIA). Factor 2: Price The Government will evaluate the offerors price to determine that prices are fair and reasonable. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b)(2). 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). No adjectival ratings will be used to evaluate price. Factor 1 will be rated using the following Adjectival Scale: AcceptableYellowA proposal that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. UnacceptableRedA proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. (10) FAR 52.212-3, Offeror Representations and CertificationsCommercial Items (incorporated by reference), applies to this acquisition. Therefore, offerors must submit a completed copy of their representation and certification information with this quotation. (11) FAR 52.212-4, Contract Terms and ConditionsCommercial Items (incorporated by reference), applies to this acquisition. (12) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (incorporated by full-text), applies to this acquisition. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2009) _x__ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644) _x__ (18) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _x__ (20) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _x__ (21) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _x__ (23) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). _x__ (25) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). _x__ (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (ii) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until May 21, 2009.) (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) (13) The Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this combined synopsis/solicitation. (14) The combined synopsis/solicitation closing date and time has been extended to 11 March 2010; 4:00 PM E.S.T. Proposals shall be submitted to Ms. Regina Foston at FostonR@conus.army.mil. Telephone inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb38e8d3959627848db6fa1f1579d2b3)
- Place of Performance
- Address: Army Contracting Command, MICC, National Capital Region Contracting Center (NCRCC) 200 Stovall Street, Room 11S67, ATTN: MS. REGINA FOSTON/MR. RODNEY CAMERON Alexandria VA
- Zip Code: 22332-1800
- Zip Code: 22332-1800
- Record
- SN02084078-W 20100307/100305235030-bb38e8d3959627848db6fa1f1579d2b3 (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 |