SOLICITATION NOTICE
U -- The Nashville District, U.S. Army Corps of Engineers is seeking an accredited academic institution to assist with the development and administering of a leadership/management development program for USACE employees.
- Notice Date
- 11/16/2010
- Notice Type
- Presolicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-11-R-0001
- Response Due
- 12/13/2010
- Archive Date
- 2/11/2011
- Point of Contact
- Pamela Woodard, 615-736-7915
- E-Mail Address
-
USACE District, Nashville
(pamela.a.woodard@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 solicitation is being issued as request for proposal (RFP) Number W912P5-11-R-0001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. The North American Industry Classification System (NAICS) Code is 611430. Requirement: Provide Professional Training and Certification for the U.S. Army Corps of Engineers (USACE) Nashville District Employees Achieving Greatness and Leadership Excellence (EAGLE) Program and Leadership Development Program (LDP). LINE ITEM 0001: Base Period - Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with the Statement of Work. The Contractor shall Provide Professional Training and Certification for the U.S. Army Corps of Engineers (USACE) Nashville District Leadership Development Program (LDP). ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ __________________ TOTAL PRICE: $ __________________ LINE ITEM 0002: First Option Period - Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with the Statement of Work. The Contractor shall Provide Professional Training and Certification for the U.S. Army Corps of Engineers (USACE) Nashville District Employees Achieving Greatness and Leadership Excellence (EAGLE) Program. ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ __________________ TOTAL PRICE: $ __________________ LINE ITEM 0003: Second Option Period - Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with the Statement of Work. The Contractor shall Provide Professional Training and Certification for the U.S. Army Corps of Engineers (USACE) Nashville District Leadership Development Program (LDP). ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ __________________ TOTAL PRICE: $ __________________ LINE ITEM 0004: Third Option Period - Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with the Statement of Work. The Contractor shall Provide Professional Training and Certification for the U.S. Army Corps of Engineers (USACE) Nashville District Employees Achieving Greatness and Leadership Excellence (EAGLE) Program. ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ __________________ TOTAL PRICE: $ __________________ LINE ITEM 0005: Fourth Option Period - Services inclusive of all supervision, labor, materials, equipment, supplies, facilities, travel and per diem as ordered by the Government, for a period of one (1) year, in accordance with the Statement of Work. The Contractor shall Provide Professional Training and Certification for the U.S. Army Corps of Engineers (USACE) Nashville District Leadership Development Program (LDP). ESTIMATED QUANTITY: 1 UNIT: Job/Each UNIT PRICE: $ __________________ TOTAL PRICE: $ __________________ The Nashville District, U.S. Army Corps of Engineers is seeking an accredited academic institution to assist with the development and administering of a leadership/management development program for approximately 12 Corps of Engineers employees. Disciplines represented include science, engineering, specialty trades, and administration. The overall objective of this program is to help these employees learn, grow and develop so they can be effective leader-managers within the Corps of Engineers and the Nashville District in particular. The base contract period is for the period beginning January 1, 2011 and ending 31 December, 2011 with options to extend the contract as follows: OPTION YEAR I January 1, 2012 through December 31, 2012; OPTION YEAR II January 1, 2013 through December 31, 2013; OPTION YEAR III January 1, 2014 through December 31, 2014; OPTION YEAR IV January 1, 2015 through December 31, 2015. In accordance with the Statement of Work for LDP and the EAGLE Program, the Contractor will provide training to professionals and deliver specific leadership courses that will develop leadership competencies for emerging leaders in accordance with the attached Statement of Work for LDP and the EAGLE Program. The Contractor shall prepare and provide the course materials for the participants. Competition is limited to accredited colleges/universities whose primary business location is within a fifty (50) mile radius of the USACE Nashville District Office location at 110 9th Avenue South, Nashville, Tennessee 37203. Accreditation is important to ensure quality and adherence to academic standards. A formatted copy of the Statement of Work is provided as an attachment to this announcement. Start date Classes shall be scheduled within 2 weeks after contract award Completion date: Base Year twelve (12) months after award. Place of delivery, performance, and acceptance is FOB Destination, USACE Nashville District, 37203 EVALUATION PROCEDURES: Offerors are responsible for providing a proposal inclusive of accurate and complete information for evaluation. (Failure to do so may rule the proposed unacceptable.) The Government will perform a best value/trade off selection. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov) Offerors are required to submit their proposals electronically (via email), as attachments in MS Word or MS Excel files to Ms. Pam Woodard at Pamela.a.woodard@usace.army.mil. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. 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 address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government intends to award a Firm Fixed Price Contract with a one-year Base Period and four (4), one-year Options to the offeror whose proposal the Government determines is the most advantageous (i.e. Best Value), price and other factors considered. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The government will use the tradeoff process in making its best value award decision. This process will permit the Government to make tradeoffs among price and non price factors which allows the Government to make award to other than the lowest priced proposal. However, price may become the deciding factor for award of the contract should the government determine that non-price factors between proposals are approximately equal. The following evaluation factors listed in descending order of importance apply: a.UNDERSTANDING THE REQUIREMENT: The proposal will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in meeting the requirements. The offerors proposal must demonstrate a clear, practical, flexible approach and understanding in satisfying the governments requirement by fully describing the Offerors proposed technical approach to comply with each of the requirements specified in the Statement of Work including methods to be utilized and scheduling. b.METHODOLOGY & TECHNICAL APPROACH: The offerors proposal shall demonstrate the soundness, practicality and feasibility of the offerors proposed organizational plan, methodology for undertaking the tasks identified in the statement of work (SOW) and demonstrate effective and efficient project management practices pertinent to the requirement. c.KEY PERSONNEL: Submit resumes for key personnel detailing relevant education/training, skills and experience that demonstrate each individual has adequate education/training, skills and experience to successfully accomplish the tasks. For the purpose of this acquisition, key personnel is defined as positions that are critical to the successful performance of the contract. Such positions typically include the personnel who possess unique skills, qualifications or experience pertinent to the tasks identified in the SOW. It does not include administrative or support personnel. Personnel must possess extensive experience in educating, training, conflict resolution, anger and stress management, classroom facilitation, individual coaching, team interaction, leadership and organizational development. 2. Performance Risk Evaluation/Relevant Past Performance: The Performance Risk evaluation will assess the relative risks associated with an offeror's likelihood of success in performing the proposed requirements as indicated by that offeror's record of past performance. In this context, offeror refers to the proposed prime contractor and all proposed major subcontractors. A major subcontractor is defined as one who will be providing critical services or whose subcontract is for more than 50% of the total proposed price. In either case, the prime contractor and proposed major subcontractors will be assessed individually and the results will then be assessed in their totality to derive the offerors Performance Risk rating. At a minimum, include a two page statement with your proposal identifying past/present essential relevant experience. Definition for Essential Relevant Past/Present Performance: for the purpose of this acquisition, essential relevant Past/Present Performance is defined as experience in the following areas: 1. Experience and knowledge in developing and planning curriculums for Leadership training. 2. Expert knowledge and experience in the facilitating and conducting Professional Training and Certification programs (minimum 5 years) Follow the instructions for submitting the Past/Present Performance Reference Form for at least three (3) references using the guidance below: The Government will conduct a performance risk assessment based on the quality, relevancy and recency of the offeror's past performance, as well as that of its major subcontractors, as it relates to the probability of successful accomplishment of the required effort. Past performance will be evaluated to ensure satisfactory business practices and timely performance (provide three verifiable references with contact information. The Government will assess the demonstrated quality of performance on similar, relevant work, to include the ability to control the quality and cost of work and effectiveness at accomplishing the goals of previous similar relevant work. The Government requests that the Relevant Past Performance Questionnaire (see Enclosure ), be forwarded to no more than three (3) references, completed by your references, and returned by your references directly to Ms Pamela A Woodard via fax (615) 736-7124, or email Pamela.a.woodard@usace.army.mil. Relevant past performance questionnaires should be received by 4:30 PM EST on December 13, 2010. Failure to omit may result in rejection of your proposal. 3. Price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The offeror shall provide sufficient information to allow the Government to perform cost analysis to determine price fair and reasonable. Offerors are reminded that pricing schedules are necessary for the EACH, the base year and each option period. 52.212-3 Offeror Representations and Certifications -- Commercial Items 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 address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.232-33 Payment by Electronic Funds Transfer--Central 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) applies to Option Year 1, Option Year 2,. Two copies of each quotation, Schedule of Prices FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) FAR 52.217-5 Evaluation of Options (Jul 1990). FAR 52.217-8 Option to Extend Services (Nov 1999): 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). 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 60 calendar 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 five years and six months. (End of Clause). Electronic proposals are due by 4:30 pm, local time, 13 December 2010 at the following email address: Pamela.a.woodard@usace.army.mil. Facsimile proposals are not authorized. Proposals received after the above noted time and dated set for receipt will not be considered for award. An official authorized to bind your company shall sign and date the offer. All questions must be received by 4:00 P.M, local time 3 December 2010. Questions concerning this solicitation should be addressed to Pam Woodard, Contract Specialist, Phone (615) 736-7915 or e-mailed to Pamela.a.woodard@usace.army.mil. The Government intends to award a Firm Fixed-Price Contract. Payments for all Line Item(s) will be made on the basis of Firm Fixed-Price (FFP). FFP payments require completion, delivery and acceptance by the Government of the specific deliverables. Contracting Office Address: U.S. Army Corps of Engineers, Nashville District, 110 9th Avenue South, Nashville, Tennessee 37203 Primary Point of Contact: Pamela A Woodard, Contract Specialist The Government reserves the right to award without discussion.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-11-R-0001/listing.html)
- Place of Performance
- Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
- Zip Code: 37202-1070
- Zip Code: 37202-1070
- Record
- SN02328271-W 20101118/101116234352-ed7bd2d1d81ae54e9b7eb404a0f06f75 (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 |