Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

R -- New Equipment Training for the Joint Precision Airdrop System

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY10R0077
 
Response Due
8/17/2010
 
Archive Date
10/16/2010
 
Point of Contact
Roberta Boswell, 508-233-4946
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(roberta.f.boswell@us.army.mil)
 
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. 1. This is a combined synopsis/solicitation, issued as Request for Proposals (RFP) W911QY-10-R-0077, for commercial services prepared in accordance with the format in FAR Subpart 12.6 and in conjunction with FAR Subpart 13.5, 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is a 100% small business set aside under NAICS code 611430, which has a small business size standard of $7.0M. 2. Background The US Army Research Development and Engineering Command Contracting Center, Natick Contracting Division (NCD) requires an effort to obtain qualified personnel to serve as instructors in support of the Joint Precision Airdrop System (JPADS) 2K and 10K New Equipment Training (NET). 3. Acquisition Approach This is a competitive commercial acquisition for the award of one (1) firm fixed price contract to obtain qualified personnel to serve as instructors in support of the JPADS 2K & 10K program. The Government reserves the right to make a single award or to make no award. The award will be made to the best overall proposal or combination of proposals, which is determined to be the most beneficial to the Government. Specifically, a best-value trade-off process will be used on this procurement to select the most advantageous offer based on an integrated assessment of both non-Price (Technical Approach & Past Performance) and Price factors. The Government will evaluate proposals using a two-phase down-select process to determine compliance with all requirements of the solicitation, including any attachments and exhibits. It will also evaluate proposals for unique, creative and innovative methods, processes, and/or solutions that are beneficial to the Government and demonstrate responsiveness to customer needs. 4. PERFORMANCE REQUIREMENTS: 4.1 New Equipment Training: 4.1.1 Theory of Operations: The contractor shall be trained on the operations of the JPADS 2K and 10K systems and be able to articulate the requirements of use through formal oral presentation to the personnel being trained - The use of the JPADS 2K technical manual to include appropriate period of instructions to be provided by the government will be used as source reference. 4.1.2 Autonomous Guidance Unit (AGU): - The contractor shall understand and be able to articulate the proper emplacement of the AGU into operations. In addition, the contractor shall understand troubleshooting procedures of the AGU and be able to identify deficiencies in the system to the proper government representative - The contractor shall be able to apply certain faults that will result in the personnel being trained to identify and overcome the fault by conducting troubleshooting operations. 4.1.3 Rigging Procedures: The contractor shall understand the rigging procedures necessary to place the JPADS 2K and 10K system into proper operation. This will consist of obtaining an expert understanding of the proper rigging procedure steps in order to effectively train. 4.1.4 Demonstrations of Proper Rigging Procedures: The contractor shall be able to execute oral presentations to include hands on demonstrations of the rigging requirements for the JPADS 2K and 10K systems. As part of the demonstration, the contractor shall conduct on the spot corrections to insure that the trained personnel are rigging the system in accordance with the JPADS Technical manual. 4.1.5 Certification Support. The contractor shall serve as the verification official in determining whether the personnel being physically evaluated on their ability to properly rig the JPADS system have met the pre-requisites as defined by the Quartermaster Center and School (QMC&S). Upon completion of the verification, the contractor shall articulate the evaluation and provide a copy of the evaluation form to the QMC&S certifier who will determine if the personnel being evaluated have met the requirements to be able to pack and rig the JPADS system. 5. DELIVERABLES: Deliverables include the effective conduct of system NET instruction that includes theory or JPADS 2K and 10K operation, Autonomous Guidance Unit (AGU) operations and troubleshooting, Rigging procedures for the JPADS 2K and 10 K systems, conducting demonstrations of rigging, and finally supporting the certification of rigger personnel by conducting hands on evaluations. In addition, for those instances where the contractor will support other commodity training events within PM FSS, the contractor shall provide a written After Actions Review (AAR) detailing how many personnel were trained and any issues identified during the training events. The specific format required by each objective assignment is determined by the COTR and outlined in 4.0 File Formats. 6. FILE FORMAT AND QUANTITIES: - Hard copies of deliverables in one original furnished via E-mail. Furnish monthly reports with DD 250 in an e-mail format. - Microsoft Word and PowerPoint will be the standard word processing and presentation programs. Microsoft Excel is required for spreadsheets. - Documents will be in accordance with AR 25-50, Preparing and Managing Correspondence, MAY 2001. 7. TRAVEL: - Approximately 2 contractor employee will be required to travel to Ft. Lee, VA (2 trips, 7 days each) to attend formal training provided by the government on the JPADS system. In addition, it is anticipated that the contract employees will travel on an average of 2.5 weeks monthly in support of planned NET missions across the Army. Travel requirements will be reimbursed under the category of other direct costs (ODC) in accordance with Federal Joint Travel Regulation. 8.0 PERSONNEL QUALIFICATIONS: The following are prerequisites for the civilian contractors eligible to apply for Parachute Rigger Instructor NET positions: (1) Be physically able to perform duties as a Parachute Rigger. (2) Be a formally trained Parachute Rigger and properly certified by the USAQMC&S, Fort Lee, VA and able to present documented proof. (3) Must have held a 921A, 92R or 0421 (USMC equivalent) series Area of Concentration (AOC)/Military Occupation Specialty (MOS). (4) Must have obtained the minimum military rank of SGT/E-5. (5) Minimum six years of parachute rigging experience, two of which include packing parachutes on a daily basis. (6) Must have been a certified In-Process Inspector (verified by NCOERs). (7) Must have been honorably discharged within the past 10 years. (8) Must not have been relieved of their duties or have had their parachute duty status terminated for alcohol or any substance abuse or duty performance reasons. (9) Must not have been arrested nor convicted of any substance abuse related charges since leaving the military. (10) Possess a current Secret clearance or be able to obtain one within 30 days of hire. (12) Having successfully completed a jumpmaster certification is encouraged but not required. (13) Have either a Federal Aviation Administration (FAA) Senior or Master Rigger Certification is encouraged but not required. (14) Able to travel worldwide to conduct training. (15) Applicants will be asked to provide proof of qualification/experience prior to being considered for positions. 9. PLACE OF PERFORMANCE: Tasks will be performed at varied government facilities located both in CONUS and OCONUS. 10. SECURITY: A minimum of a secret security clearance is required for all personnel working on this contract. The contractor is responsible for obtaining employee security clearances and ensuring that all persons working on this effort are U.S. citizens. The contractors should promptly initiate the clearance process with Defense Industrial Security, through their own security staff. 11. PERIOD OF PERFORMANCE: BASIC ORDERING PERIOD Date of Contract Award thru 365 days after contract award FIRST ORDERING PERIOD 366 days thru 731 days after contract award SECOND ORDERING PERIOD 732 days thru 1095 days after contract award THIRD ORDERING PERIOD 1096 days thru 1460 days after contract award FOURTH ORDERING PERIOD 1461 days thru 1825 days after contract award 12. REQUIREMENTS: CLIN 0001 New Equipment Training Instructor CLIN 0002 TRAVEL CLIN 1000 New Equipment Training Instructor CLIN 1002 TRAVEL CLIN 2000 New Equipment Training Instructor CLIN 2001 TRAVEL CLIN 3000 New Equipment Training Instructor CLIN 3001 TRAVEL CLIN 4000 New Equipment Training Instructor CLIN 4001 TRAVEL (III) INSTRUCTIONS TO OFFERORS Addendum to 52.212-1 Proposal Submission Introductions 1. General Instructions A. The Government reserves the right to award without discussions. B. The point of contact (POC) for this solicitation is: Roberta Boswell Natick Contracting Division 1 Kansas St. Natick, MA 01760 508-202-2930 / roberta.f.boswell@us.army.mil C. If an Offeror has any questions concerning this solicitation, it is recommended that they be submitted electronically no later than three (3) calendar days prior to the closing date of the solicitation. Questions received after that time frame may not receive a response. The Government will make every effort to respond to questions in a timely manner. Questions submitted, and the Government's responses, will be included in the amendment following the receipt of the question. All questions should be sent to: roberta.f.boswell@us.army.mil. D. The Offeror will not be reimbursed for any costs incurred prior to the effective date of the contract. E. Offerors are cautioned that the Government may deem ineligible for award any proposal received that is not in compliance with all of the terms and conditions set forth in the solicitation. F. The period for acceptance of offers is ninety (90) days from the proposal submission deadline. 2. Proposal Delivery A. Offerors are invited to submit proposals to arrive at the office specified below no later than the proposal submission deadline: 17 August 2010 at 3:30p.m. B. All proposals delivered in response to this solicitation will reflect the following on the address label: 1. Solicitation Number W911QY-10-R-0077 2. The legend TO BE DELIVERED UNOPENED TO MS. ROBERTA BOSWELL, Contracting Officer C. All proposal documents must be delivered to U.S. Army Research, Development and Engineering Command Contracting Center, Natick Contracting Division, 1 Kansas Street, Natick, MA 01760-5011. Attention Ms. Roberta Boswell. 3. Proposal Sections Proposals must consist of the following sections: A. Technical Approach The Offeror shall prepare and submit a Technical Approach section. This section provides Offerors with an opportunity to demonstrate how their proposal meets the requirements of the SOW. The Offeror will provide at least two (2) sets of Technical Approach information: Each set of Technical Approach information should consist of: B. Past Performance The Offeror will prepare and submit a Past Performance section not exceeding 2 pages, which provides references (with name, phone, and e-mail info) from at least three contractors that the Offeror has done business with. C. Price The Offeror will prepare and submit a Price section. Based on the technical approach proposed, the Offeror will propose a price inclusive of materials for each CLIN. Delivery must be priced FOB destination. D. Representations and Certifications The Offeror will prepare and submit a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with its proposal. (IV) EVALUTION OF OFFERS. 1. Basis for Award The Government intends to award one contract to the Offeror whose proposal represents the best value to the Government. Best value means the expected outcome of an acquisition that, in the Governments estimation, provides the greatest overall benefit in response to the requirement. In determining best value, the Government will consider the following three evaluation factors: Technical Approach, Past Performance, and Price. The relative order of importance of the evaluation factors is as follows: Technical Approach is more important than Past Performance. The non-Price factors combined are significantly more important than the Price factor. Offerors are cautioned that award may not necessarily be made to the lowest price offered. 2. Factors to be Evaluated Factor 1 Technical Approach Factor 2 Past Performance Factor 3 Price 3. Evaluation Approach All proposals will be evaluated by a team of Government employees using a two-phase down-select process, conducted as follows: In Phase I, proposals will be evaluated and down-selected with a best-value trade-off process on the two non-price factors: Technical Approach and Past Performance. In Phase II, the Government will evaluate the Price factor of the down-selected proposals. Any revised pricing will be taken into consideration in Phase II. Each down-selected proposals price factor will be considered in relation to its non-price factors. Offerors are cautioned that award may not necessarily be made to the lowest price offered. CLAUSES INCORPORATED BY REFERENCE 52.203-3GratuitiesAPR 1984 52.203-5Covenant Against Contingent FeesAPR 1984 52.203-6Restrictions On Subcontractor Sales To TheSEP 2006 Government 52.203-6 Alt 1Restrictions On Subcontractor Sales To TheOCT 1995 Government (Sep 2006) Alternate 1 52.203-7Anti-Kickback ProceduresJUL 1995 52.203-12Limitation On Payments to Influence Certain FederalSEP 2007 Transactions 52.204-7Central Contractor RegisterationAPR 2008 52.215-8Order of PrecedenceUniform Contract FormatOCT 1997 52.219-6Notice Of Total Small Business Set-AsideJUN 2003 52.219-8 Utilization of Small Business ConcernsMAY 2004 52.219-28Post-Award Small Business Program RepresentationAPR 2009 52.222-3Convict LaborJUN 2003 52.222-21Prohibition Of Segregated FacilitiesFEB 1999 52.222-26Equal OpportunityMAR 2007 52.222-35Equal Opportunity for Special Disabled Veterans,SEP 2006 Veterans of the Vietnam Era, and Othe Eligible Veterans 52.222-36Affirmative Action for Workers with DisabilitiesJUN 1998 52.222-37Empolyment Reports on Special Disabled Veterans,SEP 2006 Veterans Of The Vietnam Era, and Other Eligible Veterans 52.225-13Restrictions on Certain Foreign PurchesJUN 2008 252.203-7000Requirements Relating to Cmpensation of Former DoDJAN 2009 Officials 252.203-7002Requirement to Inform Employees of whistleblowerJAN 2009 Rights 252.205-7000Provision Of Information To Cooperative AgreementDEC 1991 Holders 252.215-7003Excessive Pass-Through ChargesIdentification ofMAY 2008 Subcontract Effort 252.215-7004Excessive Pass-Through ChargesMAY 2008 252.225-7012Preference For Certain Domestic CommoditiesDEC 2008 252.226-7001Utilization of Indian Organizations and Indian-OwnedSEP 2004 Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003Electronic Submission of Payment Requests andMAR 2008 Receiving Reports 252.232-7010Levies on Contract PaymentsDEC 2006 252.243-7002Requests for Equitable AdjustmentMAR 1998 CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): Http://farsite.hill.af.mil/farsite_alt.html (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Http://farsite.hill.af.mil/farsite_alt.html (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of(DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ms. Roberta Boswell, Contracting Officer, US Army RDECOM CC Natick Contracting Division, 15 Kansas Street, Natick, MA 01760. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The clause at 52.212-4, Contract Terms and Conditions applies to this acquisition and is incorporated herein by reference. The clauses at 52.212-5 (DEVIATION) and 252.212-7001 (DEVIATION), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION), apply to this acquisition, and are incorporated herein by reference. CONTRACTOR MANPOWER REPORTING The Contractor shall perform manpower reporting as follows: The Contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The Contractor shall include the following: (b) Contracting Officer, Contracting Officer, Contracting Officers Technical Representative (c) Contract number (d) Beginning and ending dates covered by reporting period (e) Contractor name, address, phone number, email address, identify of contractor employee entering data (f) Estimated direct labor hours (including subcontractors) (g) Estimated direct labor hours paid this reporting period (including subcontractors) (h) Total payments (including subcontractors) (i) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) (j) Estimated data collection cost (k) Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (UIC for this contract is W911QY) (l) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in overseas location, using standardized nomenclature provided on the website. (m) Presence of deployment or contingency contract language (n) Number of contractor and subcontractor employees deployed in-theater this reporting period (by country) The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 3 October of each calendar year. The Contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. For additional information go to https://www3.natick.army.mil and click on Contractor Manpower Reporting. (V) QUESTIONS Questions about this solicitation may be addressed to Roberta Boswell, at roberta.f.boswell@us.army.mil or 508-202-2930. (VI) Additional Info: US Army RDECOM CC Natick Contracting Division Website: https://www3.natick.army.mil Contracting Office Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: CCRD-NA-SU, Natick Contracting Division, Building 1, Kansas Street, Natick, MA 01760-5011 Point of Contact(s):
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad625b60f9e0ccf63711fc68830d0261)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02223196-W 20100731/100730000431-ad625b60f9e0ccf63711fc68830d0261 (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.