SOLICITATION NOTICE
R -- Scenario Script Writing and Realistic Scenario Support - Package #1
- Notice Date
- 5/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
- ZIP Code
- 96368-5199
- Solicitation Number
- FA5270-11-R-0016
- Archive Date
- 6/10/2011
- Point of Contact
- Laura N. Royster, Phone: 3156344789
- E-Mail Address
-
laura.royster@kadena.af.mil
(laura.royster@kadena.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Question Form Past Performance Questionnaire Performance Work Statement Synopsis: FA5270-11-R-0030 - Scenario Script Writing and Realistic Scenario Support 1. This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in 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. 2. Solicitation number FA5270-11-R-0030 is being issued as a Request for Quote (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This is a 100% unrestricted solicitation. 4. The NAICS code is 611430 - Professional and Management Development Training. 5. The Government will award a Firm-Fixed Price contract for Scenario Script Writing with requirements on Ft. Bragg, NC and Australia. The Government seeks to procure the following services: CLIN Description Quantity Unit Price Total Price 0001 Senior Exercise Planner, 408 hours 0002 Senior Ops Planner MSEL Manage, 56 hours 0003 Senior Exercise Subject Matter Expert (SME), 396 hours 0004 Senior Intelligence Exercise Planner, 120 hours 0005 Project Coordinator, 12 hours 0006 Tactical Level Program Manager/Director, 60 hours 0007 Tactical C2 Exercise/Operations Specialist, 391 hours 0008 Tactical C2 Exercise/Operations Specialist, 391 hours 0009 Computer Forensics Specialist, 40 hours 0010 Travel/Other Direct Costs, 1 each TOTAL PRICE $ See attached Performance Work Statement for complete details of requirement. 6. Period of performance: Contract award through 31 July 2011. Place of Performance: Fort Bragg, NC and Australia. FOB: Destination 7. The following FAR provisions apply: 52.212-1: Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 52.212-2: Evaluation of Commercial Items applies. Addendum to Paragraph (a), the Government will award a puchase order resulting from this RFQ to the most responsive, responsible offeror whose offer represents the best value in terms of lowest price. The Government intends to enter into an agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in its offer. 8. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with their offer. FAR 52.212-3 can be downloaded from the Internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 525.212-7000 Offeror Representations and Certifications - Commercail Items; and DFARS 252.225-7000, Buy American Act-Balance Payment Program. 9. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/. The following FAR clauses are applicable: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEV); 52.222-3 -Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22- Previous Contracts and Compliance Reports; 52.225-13 -Restrictions on Certain Foreign Purchases; 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor; 52.233-2, Service of Protest; 52.233-4-Applicable Law for Breach of Contract Claim; 52.237-2- Protection of Government Buildings, Equipment, and Vegetation; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference. The following DFARS clauses are hereby incorporated into this solicitation: 252.201-7000, Contracting Officer's Representation; 252.204-7004, Required Central Contractor Registration (CCR). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov. The CCR number must be obtained before award can be made. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program; 252.232-7003 - Electronic Submission of Payment Requests, and 252.232-7010- Levies on Contract Payment. The following AFFARS clauses apply to this acquisition: 5352.242-9000- Contractor Access to Air Force Installations. The following local clauses apply to this acquisition: 11CONS- 004, Environmental Compliance; 11CONS-007, Personnel Security Requirements; 11CONS-010, WAWF Instructions, and 11CONS-011, OMBUDSMAN. 10. If interested, e-mail your offer to the POC stated herein. Your offer must include the following: (a) quote; (b) past performance questionnaires, (c) completed Representations and Certifications FAR 52.212-3. 11. Quotations must be received no later than 03:00 PM Local Time (Japanese Standard Time), 26 May 2011. All offers shall be e-mailed to the point-of-contact below with contractor's name listed in the subject block. 12. The Government Primary point-of-contact is SFC Laura Royster (DSN: 315-634-4789 Commercial: 011-81-98-961-4789 or laura.royster@kadena.af.mil ). Contracting Office Address: 18 CONS/LGCA UNIT 5199, BLDG 99 KADENA AB APO AP 96368 Place of Performance: Fort Brag, NC Sydney Australia Primary Point of Contact: SFC Laura Royster Contingency Contracting NCO Laura.royster@kadena.af.mil DSN: 315-634-4789 Commercial: 011-81-98-961-4789
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-11-R-0016/listing.html)
- Place of Performance
- Address: Fort Brag, NC, Sydney, Australia, United States
- Record
- SN02450568-W 20110519/110517235243-9555a6bd8c7c83a68a1223a24099033d (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 |