Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

R -- TEAM SILL LEADERSHIP ACADEMY

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L10R0014
 
Response Due
8/23/2010
 
Archive Date
10/22/2010
 
Point of Contact
DEIDRA ZERZAVY, 580-442-5204
 
E-Mail Address
Fort Sill DOC
(deidra.zerzavy@conus.army.mil)
 
Small Business Set-Aside
N/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. ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: R419 NAICS CODE: 611310 SUBJECT: Team Sill Leadership Academy, Fort Sill, OK SOLICITATION NUMBER: W9124L-10-R-0014 SET-ASIDE CODE: Unrestricted CLOSING DATE: 23 August 2010 at 12:00 p.m. CST PLACE OF PERFORMANCE: The place of performance for this Indefinite Quantity Contract shall be the Education Services Center, Building 3281, Fort Sill, OK. POINT OF CONTACT: Deidra Zerzavy, Contract Specialist, PH: 580-442-5204 or e-mail deidra.zerzavy@us.army.mil. (A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (B.) This Solicitation is a Request for Proposal (RFP) for the Team Sill Leadership Academy in accordance with the Performance Work Statement. This acquisition will result in a one (1) year base contract period and four (4) one year optin periods. The contract will be a single award, firm-fixed price, IDIQ type contract. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: *Company Name/Address: *DUNS #: *Cage Code: *Federal Tax ID: *Business Size: *Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) *Delivery Date: days After Receipt of Order (ARO) *Point of Contact: *POC Phone/Fax/E-mail: *Total amount of Bid: $_____________ Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or pursuant to FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. PAYMENT WILL BE MADE BY WIDE AREA WORK FLOW (WAWF). (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-44, Effective 8 July 2010. (E.) This requirement is solicited as Unrestricted. The associated NAICS code is 541712 and size standard is 500 employees. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (F.) BID SCHEDULE: CLIN 0001: Services, Leadership Instruction: Quantity: 848 hours. Base- Two (2) Instructors. Base Year- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the two (2) instructors to teach a total of 848 hours of instruction. See the Performance Work Statement (PWS) for further details. FOB: Destination. Period of Performance: one (1) year from date of award. Unit Price Per Instructor: _____________ x 848 hours = ______________ CLIN 0002: Services, Program Manager: Quantity: 376 hours. Base- Program Manager. Base Year- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the Program Manager to provide services for a total of 376 hours. See the Performance Work Statement (PWS) for further details. FOB: Destination. Period of Performance: one (1) year from date of award. Unit Price: _____________ x 376 hours = ______________ CLIN 0003: Option-- Base- One (1) Instructor. In the event that additional courses are required based on installation demand, increase in instructor hours will also be necessary. This optional instructor will be used in support of the Team Sill Leadership Academy instruction if the need for additional classes occurs. Base Year for Team Sill Leadership Academy - See Performance Work Statement (PWS) for further details. FOB: Destination. Period of Performance: one (1) year from date of award. Unit Price Per Instructor: _____________ x One (1) Instructor = _______________ CLIN 0004: Quantity: 1 each. Base- Contract Manpower Report. Report is due 31 October 2010. FFP. FOB: Destination. Delivery Date: 31 October 2010. Unit Price: _____________; Total Bid Amount: ____________________ CLIN 1000: Services, Leadership Instruction: Quantity: 848 hours. Option Year #1- Two (2) Instructors. Option Year #1- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the two (2) instructors to teach a total of 848 hours of instruction. See the Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2011- 29 September 2012. Unit Price Per Instructor: _____________ x 848 hours = ______________ CLIN 1001: Services, Program Manager: Quantity: 376 hours. Option Year #1- Program Manager. Option Year #1- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the Program Manager to provide services for a total of 376 hours. See the Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2011- 29 September 2012. Unit Price: _____________ x 376 hours = ______________ CLIN 1002: OptionOption Year #1- One (1) Instructor. In the event that additional courses are required based on installation demand, increase in instructor hours will also be necessary. This optional instructor will be used in support of the Team Sill Leadership Academy instruction if the need for additional classes occurs. Option Year #1 for Team Sill Leadership Academy - See Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2011- 29 September 2012. Unit Price Per Instructor: _____________ x One (1) Instructor = _______________ CLIN 1003: Quantity: 1 each. Option Year #1- Contract Manpower Report. Report is due 31 October 2011. FFP. FOB: Destination. Delivery Date: 31 October 2011. Unit Price: _____________; Total Bid Amount: ____________________ CLIN 2000: Services, Leadership Instruction: Quantity: 848 hours. Option Year #2- Two (2) Instructors. Option Year #2- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the two (2) instructors to teach a total of 848 hours of instruction. See the Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2012- 29 September 2013. Unit Price Per Instructor: _____________ x 848 hours = ______________ CLIN 2001: Services, Program Manager: Quantity: 376 hours. Option Year #2- Program Manager. Option Year #2- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the Program Manager to provide services for a total of 376 hours. See the Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2012- 29 September 2013. Unit Price: _____________ x 376 hours = ______________ CLIN 2002: OptionOption Year #2- One (1) Instructor. In the event that additional courses are required based on installation demand, increase in instructor hours will also be necessary. This optional instructor will be used in support of the Team Sill Leadership Academy instruction if the need for additional classes occurs. Option Year #2 for Team Sill Leadership Academy - See Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2012- 29 September 2013. Unit Price Per Instructor: _____________ x One (1) Instructor = _______________ CLIN 2003: Quantity: 1 each. Option Year #2- Contract Manpower Report. Report is due 31 October 2012. FFP. FOB: Destination. Delivery Date: 31 October 2012. Unit Price: _____________; Total Bid Amount: ____________________ CLIN 3000: Services, Leadership Instruction: Quantity: 848 hours. Option Year #3- Two (2) Instructors. Option Year #3- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the two (2) instructors to teach a total of 848 hours of instruction. See the Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2013- 29 September 2014. Unit Price Per Instructor: _____________ x 848 hours = ______________ CLIN 3001: Services, Program Manager: Quantity: 376 hours. Option Year #3- Program Manager. Option Year #3- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the Program Manager to provide services for a total of 376 hours. See the Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2013- 29 September 2014. Unit Price: _____________ x 376 hours = ______________ CLIN 3002: OptionOption Year #3- One (1) Instructor. In the event that additional courses are required based on installation demand, increase in instructor hours will also be necessary. This optional instructor will be used in support of the Team Sill Leadership Academy instruction if the need for additional classes occurs. Option Year #3 for Team Sill Leadership Academy - See Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2013- 29 September 2014. Unit Price Per Instructor: _____________ x One (1) Instructor = _______________ CLIN 3003: Quantity: 1 each. Option Year #3- Contract Manpower Report. Report is due 31 October 2013. FFP. FOB: Destination. Delivery Date: 31 October 2013. Unit Price: _____________; Total Bid Amount: ____________________ CLIN 4000: Services, Leadership Instruction: Quantity: 848 hours. Option Year #4- Two (2) Instructors. Option Year #4- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the two (2) instructors to teach a total of 848 hours of instruction. See the Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2014- 29 September 2015. Unit Price Per Instructor: _____________ x 848 hours = ______________ CLIN 4001: Services, Program Manager: Quantity: 376 hours. Option Year #4- Program Manager. Option Year #4- Provide all personnel, management, and services to provide for Team Sill Leadership Academy at Fort Sill, Oklahoma, in accordance with the Program Manager to provide services for a total of 376 hours. See the Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2014- 29 September 2015. Unit Price: _____________ x 376 hours = ______________ CLIN 4002: OptionOption Year #4- One (1) Instructor. In the event that additional courses are required based on installation demand, increase in instructor hours will also be necessary. This optional instructor will be used in support of the Team Sill Leadership Academy instruction if the need for additional classes occurs. Option Year #4 for Team Sill Leadership Academy - See Performance Work Statement (PWS) for further details. FOB: Destination. Estimated Period of Performance: 30 September 2014- 29 September 2015. Unit Price Per Instructor: _____________ x One (1) Instructor = _______________ CLIN 4003: Quantity: 1 each. Option Year #4- Contract Manpower Report. Report is due 31 October 2014. FFP. FOB: Destination. Delivery Date: 31 October 2014. Unit Price: _____________; Total Bid Amount: ____________________ CLIN 4004: Quantity: 1 each. Option Year #4- Contract Manpower Report. Report is due 31 October 2015. FFP. FOB: Destination. Delivery Date: 31 October 2015. Unit Price: _____________; Total Bid Amount: ____________________ TOTAL BID AMOUNT FOR THIS REQUIREMENT: $________________ (G.) PERFORMANCE WORK STATEMENT (PWS) SEE ATTACHED DOCUMENTS. (H.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.212-4 Contract Terms and Conditions-Commerical Items, FAR 52.228-5 Work on a Gov Installation, FAR 52.247-34 FOB Destination, DFAR 252.201-7000 Contracting Officers Representative, DFAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-7004 ALT A Required Centeral Contractor Registration, DFAR 252.211-7003 Alt 1 Item Identification and Valuation, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFAR 252.209-7004 Sub with Firms that are Owned or Controlled by the Gov of a Terrorist Country, and DFAR 252.232-7010 Levies on Contract Payments. (I.) The following clauses in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are clause is applicable to this acquisition:. The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.219-4, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. FAR 52.216-18 ORDERING. (OCT 1995) a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 60 months. b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) FAR 52.216-19 ORDER LIMITATIONS. (OCT 1995) a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 40 hours, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 1224 hours; (2) Any order for a combination of items in excess of 1224 hours (total requirement); or (3) A series of orders from the same ordering office within ten (10) days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. c). If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) FAR 52.216-22 INDEFINITE QUANTITY. (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government will order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 29 September 2015. (End of clause) FAR 52.217-8 OPTION TO EXTEND SERVICES. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, six (6) months. (End of clause) (J.) The following clause is in incorporated with websites: FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated website: http://farsite.hill.af.mil. (K.) The following DFARS clauses apply to this acquisition in full text: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002. DFAR 252.227-7020 RIGHTS IN SPECIAL WORKS (JUN 1995) (a) Applicability. This clause applies to works first created, generated, or produced and required to be delivered under this contract. (b) Definitions. As used in this clause: (1) Computer data base means a collection of data recorded in a form capable of being processed by a computer. The term does not include computer software. (2) Computer program means a set of instructions, rules, or routines recorded in a form that is capable of causing a computer to perform a specific operation or series of operations. (3) Computer software means computer programs, source code, source code listings, object code listings, design details, algorithms, processes, flow charts, formulae and related material that would enable the software to be reproduced, recreated, or recompiled. Computer software does not include computer data bases or computer software documentation. (4) Computer software documentation means owner's manuals, user's manuals, installation instructions, operating instructions, and other similar items, regardless of storage medium, that explain the capabilities of the computer software or provide instructions for using the software. (5) Unlimited rights means the rights to use, modify, reproduce, perform, display, release, or disclose a work in whole or in part, in any manner, and for any purpose whatsoever, and to have or authorize others to do so. (6) The term works includes computer data bases, computer software, or computer software documentation; literary, musical, choreographic, or dramatic compositions; pantomimes; pictorial, graphic, or sculptural compositions; motion pictures and other audiovisual compositions; sound recordings in any medium; or, items of similar nature. (c) License rights. (1) The Government shall have unlimited rights in works first produced, created, or generated and required to be delivered under this contract. (2) When a work is first produced, created, or generated under this contract, and such work is required to be delivered under this contract, the Contractor shall assign copyright in those works to the Government. The Contractor, unless directed to the contrary by the Contracting Officer, shall place the following notice on such works: Copyright (Year date of delivery) United States Government, as represented by the Secretary of (department). All rights reserved. For phonorecords, the Copyright markings shall be replaced by a P. (3) The Contractor grants to the Government a royalty-free, world-wide, nonexclusive, irrevocable license to reproduce, prepare derivative works from, distribute, perform, or display, and to have or authorize others to do so, the Contractor's copyrighted works not first produced, created, or generated under this contract that have been incorporated into the works deliverable under this contract. (d) Third party copyrighted data. The Contractor shall not incorporate, without the written approval of the Contracting Officer, any copyrighted works in the works to be delivered under this contract unless the Contractor is the copyright owner or has obtained for the Government the license rights necessary to perfect a license of the scope identified in paragraph (c)(3) of this clause and, prior to delivery of such works-- (1) Has affixed to the transmittal document a statement of the license rights obtained; or (2) For computer software, has provided a statement of the license rights obtained in a form acceptable to the Contracting Officer. (e) Indemnification. The Contractor shall indemnify and save and hold harmless the Government, and its officers, agents and employees acting for the Government, against any liability, including costs and expenses, (1) for violation of proprietary rights, copyrights, or rights of privacy or publicity, arising out of the creation, delivery, use, modification, reproduction, release, performance, display, or disclosure of any works furnished under this contract, or (2) based upon any libelous or other unlawful matter contained in such works. (f) Government-furnished information. Paragraphs (d) and (e) of this clause are not applicable to information furnished to the Contractor by the Government and incorporated in the works delivered under this contract. (End of clause) (L.) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-- Commercial Items, FAR 52.217-5 Evaluation of Options. DFAR 252.209-7001 Disclosure of Ownership or Control by the Gov of a Terrorist Country, DFAR 252.212-7000 Offeror Representations and CertificationsCommercial Items, and DFAR 252.225-7031 Secondary Arab Boycott of Israel. Addendum to FAR Clause 52.212-1. The following addendum is included and hereby made part of FAR Clause 52.212-1. (a) All offerors are required to submit a proposal with, as a minimum, the content specified herein. Proposals without the specified minimum content may be judged unacceptable and risk not being considered for award. Proposals submitted shall not exceed twenty (20) pages in length, excluding the Representations and Certifications referenced in FAR Provision 52.212-3 (See Item (b)1. below). (Or completed copy of ORCA.) (b) Each proposal shall consist of the following information:. 1. Solicitation Documents, consisting of the following: one completed original of the Combined Synopsis/Solicitation duly executed by an official authorized to contractually bind the offeror; one completed bid schedule (pricing); Acknowledgment of all solicitation amendments; and one completed representations and certifications (FAR Clause 52.212-3) OR one copy of the offeror's Online Representations and Certifications (ORCA); and 2. Technical Proposal: a. The offerors technical proposal shall consist of a narrative with supporting data that addresses the technical performance requirements contained in the Performance Work Statement (PWS). The technical proposal shall address the following elements: (1) Approach - Offerors approach to performing work under the Performance Work Statement to include new or innovative approaches. Methodology shall also include certification, skill type and skill levels shall be identified for each proposed employee, proof of accreditation and utilization of personnel to include job descriptions of the work to be performed. (2) Technical management. Provide an organizational and functional charts reflecting line of management responsibility and a manning chart reflecting your understanding of the PWS. 3. Management Proposal. a. The offerors management proposal shall address all management reasonable and necessary to support the performance of the functions in this solicitation. The management proposal will address the following elements: (1) General Business Management Principles and Applications - Include the areas of overall administration of the contract requirements. Explain the authority that will be granted to the project manager enabling him to act independently and make important decisions at project level. (a) Contract Administration - includes the Offerors plan to provide for management autonomy, Government interface, financial management, and the procedures for administrative and logistical support of the employees. Identify and discuss the provisions that are incorporated into the proposed organization for interaction and liaison with Government organizations and personnel as required by the PWS. (b) Personnel Plan (see paragraph C. 1.3)- includes the Offerors plans and programs to be used for obtaining and retaining a quality workforce throughout the contract. Describe the personnel system to be used for obtaining and retaining a quality workforce. The Government is concerned with the quality and stability of the workforce to be employed on the contract. The offeror shall submit a personnel policy plan that describes in detail the offerors personnel policies and programs. b.1. Quality Control Proposal (see C.1.5): The offerors Quality Control Plan shall constitute the Quality Control Proposal and the plan shall comply with the requirements of Paragraph C.1.5 of the Performance Work Statement 3. Past Performance Information: The offeror shall describe its past performance on similar contracts held within the last three (3) years which are of similar scope, magnitude, or complexity to that which is contained in this solicitation. The offeror shall provide a description of the work, dollar value, and period of performance. The offeror shall provide documentation, such as quality awards, certifications, customer satisfaction surveys, letters from current and/or former clients, etc. that are indicative of the level of quality provided by the offeror and/or its proposed hotel. Identify what segment of the company received the award or certification. Describe when the award or certification was bestowed. Failure to submit the information required herein may result in an offeror receiving a higher risk rating, or an unknown risk rating. The government may use past performance information obtained from other than those sources identified by the offeror and the information obtained will be used for both the responsibility determination and the best value decision. NOTE: Offerors will be afforded the opportunity to respond to any negative comments received during past performance evaluation except for those already addressed by the contractor (i.e. response to contract discrepancy notices, cure notices, show cause notices, etc). An offeror showing no relevant past performance relating to this request for proposal will not be evaluated favorably or unfavorably, but will receive an unknown risk rating. 4. Cost/Price Information. The price proposal shall be completed using the CLIN (bid) schedule enclosed in the solicitation (as indicated in 1 above). Failure to propose a price for all CLINS will render the proposal unacceptable and the proposal will be rejected. Unit pricing shall be inclusive of any applicable taxes (i.e. room rate plus applicable taxes). Tax Exempt form will be furnished upon request. The following provision applies to this acquisition and is incorporated by full text: FAR 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: See Addendum Below (b) As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. (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. (End of provision) ADDENDUM TO FAR Clause 52.212-2. The following addendum is included and hereby made part of FAR Clause 52.212-2. (a) Basis for Award 1. The government will award a single contract to the responsible offeror(s) whose proposal, conforming to the RFP, will be most advantageous to the Government considering price and technical factors stated in this RFP. Failure to propose a price for all CLINs will render the proposal unacceptable and the proposal will be rejected. 2. Evaluation factors upon which award will be based, are set forth below. (b) Evaluation Approach 1. The Government will evaluate each proposal by employing the best value trade off method. The written proposal will be used to assess evaluation factor ratings. 2. All proposals will be subjected to an initial screening by the Contracting Officer to determine whether proposals are complete before being evaluated as detailed below. Proposals that are considered substantively incomplete after initial screening shall be rejected and offerors will be notified they are no longer eligible for further consideration. Offerors are advised that unsupported promises to comply with contractual requirements will not be sufficient. Additionally, a proposal that is unreasonable or incomplete in terms of price will not be considered for award. 3. The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. Discussions, if any, will be conducted in accordance with FAR 15.306 and final offers will be evaluated in the same manner and against the same criteria as were initial offers. ( c) Evaluation Factors for Award. Proposals submitted in response to the solicitation will be evaluated based upon the following factors: Price, Technical, and Past performance. The Mission Capability and Past Performance factors are equal in importance and when combined are less important than the Price factor. The evaluation factors that will be used in the review of proposals received in response to this RFP are as follows: 1. Technical: Technical Proposals shall included Contractors ability to meet qualification standards as conveyed in Management Approach. The Contractor shall provide evidence of past performance in the task areas identified in the Performance Work Statement that demonstrates qualification to perform this type of support. 2. Past Performance 3. Price **When combined, Technical/Management and Past Performance are slightly more important than Cost/Price. Proposal Format and Content: The Contractors shall provide proposals which address the criteria in order of importance. Technical proposals shall be limited to 20 pages. Resumes: Contractors shall submit resumes for all proposed employees. Personnel qualifications shall (as a minimum) comply with contract requirements as conveyed in paragraph C.5. of the solicitation. GOOD - Proposal demonstrates a good understanding of the requirements and proposes an approach that somewhat exceeds minimum requirements. Has some exceptional strengths, with no major weaknesses. Has some weaknesses that should not impact successful contract performance with normal contractor effort and normal Government monitoring. Good probability of success with low degree of risk in meeting the Governments requirements. ACCEPTABLE - Proposal demonstrates a general understanding of the requirements and an approach that meets minimum requirements. Proposal presents an acceptable solution, but has few strengths. Identified weaknesses may impact successful contract performance without special contractor emphasis and close Government monitoring to minimize difficulties. Fair probability of success with moderate degree of risk in meeting the Governments requirements. MARGINAL - Proposal demonstrates a shallow understanding of the requirements and an approach that satifies most but not all of the Government's requirements, or in some instances, fails to provide sufficient detail to demonstrate the feasability of the proposed approach. Proposal has few strengths and major weaknesses that can cause some disruption of schedule or degradation of performance. Weaknesses can be corrected through discussions, if discussions are conducted by the Contracting Officer. Offers an overall moderate to high degree of risk in meeting the Governments requirements. Proposal may not be considered for award unless weaknesses are corrected through discussions, if discussions are conducted. UNACCEPTABLE - Proposal failed to meet the minimum PWS requirements necessary for acceptable performance. The overall proposal contains numerous weaknesses that cannot be corrected through discussions, without a major rewrite of the proposal. Offers an overall high degree of risk in meeting the Governments requirements. Proposal will not be considered for award. Low Risk - Based on the offeror's performance record and experience, little doubt exists that the offeror will successfully perform the required effort. Moderate Risk - Based on the offeror's performance record and experience, some doubt exists that the offeror will successfully perform the required effort. High Risk - Based on the offeror's performance record and experience, substantial doubt exists that the offeror will successfully perform the required effort. Unknown Little or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance. NOTE: A proposal receiving a high risk rating will NOT be eligible for award. 3. Price. Price will not be rated. Price will be evaluated for reasonableness IAW FAR 15.404-1. Award will be made to the responsible offeror whose proposal offers the best overall value to the Government, price and other factors considered. As part of price evaluation, the the government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the prices for CLIN 0001, CLIN 1001 through CLIN 4004. Where the selection official finds the proposals as being essentially equal with respect to technical factors, price may become the determining factor in selecting the best value offer and making the award. 52.216-1 TYPE OF CONTRACT. The Government anticipates to award a single Indefinite Quantity contract to a single offeror who presents the best value to the Government. (M.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and CertificationsCommercial Items, and FAR 52.252-1 Solicitation Provisions IBR. FAR 52.212-3 shall be completed by the contractor, and included in the proposal submission. (Or ORCA) AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concems within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Ievel protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) DOD Level 1 Antiterrorism (AT) Standards (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 1.) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, and county rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. 2.) FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. 3.) APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 1.) Wage Determination No Date 1995-2525 (Rev 11) 6/15/2010 4.) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Instructor 19.58 -- 36.25% 5.) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. 6.) CHANGES 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, appropriation data, etc., which may be made unilaterally by the Government. 7.) SUBMISSION FORMAT FOR INVOICES SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAACs when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0302 Issued By: W9124L Ship To:W907GM Acceptance By: W907GM NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: TO BE PROVIDED ACCEPTOR EMAIL:TO BE PROVIDED SPECIALIST EMAIL:deidra.zerzavy@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. 8.) CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 9.) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Deidra Zerzavy at email deidra.zerzavy@us.army.mil and Karen L. Warner at email karen.l.warner@us.army.mil. Clarifications and/or questions are due by 4:00 p.m. on 12 August 2010. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. 10.) COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. 11.) INTERRUPTION OF GOVERNMENT PROCESSES 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 the RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the RFP 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. 12.) NOTICE OF AWARD 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 offers 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. 13.) Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. NOTE: Department of Labor Wage Determination 1995-2525 is provided as a separate attachment to solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bf01995572d9e2ad2fd9c3bd8c026d2a)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02230419-W 20100807/100805235603-bf01995572d9e2ad2fd9c3bd8c026d2a (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.