Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

R -- Training Facilities to provide lodging and meals (to include breakfast, lunch and dinner) for NPS instructors and class participants within the time parameters provided by the National Park Service, within the vicinity of Page, AZ.

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
WASO - WCP - Denver Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
E11PS70095
 
Response Due
9/8/2011
 
Archive Date
8/31/2012
 
Point of Contact
Mary A. Ray Contracting Officer 3039876719 Mary_Ray@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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. This solicitation number is E11PS70095 and it is issued under FAR Part 13 as a request for proposal (RFP).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a full and open procurement, Not Set-Aside. The NAICS code is 721110. The award will be a firm fixed price Indefinite delivery indefinite quantity (DIQ) contract for a one year base period and four one year option periods. The contractor shall provide all lodging, meals, and training room for the required services as stated in the included statement of work (SOW). Place of Performance is Page, Arizona. SUBMIT YOUR OFFERORS VIA ELECTRONIC EMAIL TO: mary_ray@nps.gov. Telephone No. 303/987-6719.NO LATER THAN SEPTEMBER 8, 2011. The folllowing provisions and clauses apply to this acquisition:FAR 52.212-01 Instructions to Offerors--Commercial; FAR 52.212-03 Offeror Representations and Certifications--Commercial Items; FAR 52.212-04 Contract Terms and Conditions--Commercial; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; FAR 52.242-15 Stop-Work Order; 52.219-09 Small Business Subcontracting Plan; FAR 52.214-07 Late Submissions, Modifications, and Withdrawals of Bids; FAR 52.217-05 Evaluation of Options; DIAPR 2010 Contractor Performance Assessment Reporting System (July 2010);DIAPR 2010- COR/COTR Authorities and Delegations FAR 52.212-02 Evaluation - Commercial Items.Evaluation--Commercial Items(a) The Government will award a contract resulting from this request for proposal 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:(i) Technical Capability--Description of a realistic technical approach to the requirements in the SOW. The proposal must demonstrate a complete understanding of the requirement and clear awareness of the contract objectives. proposal must demonstrate that the offeror is highly knowledgeable on the technical subject matter well enough to anticipate and avoid problems and to react appropriately when problems do arise.A detailed description of the management approach/processes that shall be utilized to ensure corporate visibility, emphasis, and involvement in the effective management of the work efforts(ii) Past Performance--Offeror must provide three (3) Past Performance on similar service to include project number, contact name and phone number.(iii) Price--Technical and past performance, when combined, are significantly more important than cost or price;(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic reuqirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option.(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.(d) Offerors must submit Representations and Certifications. If offerors have not done so already, they should register at the online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/.(e) OFFEROR MUST BE REGISTERED IN CENTRAL CONTRACTOR'S REGISTRY (CCR), www.ccr.gov. STATEMENT OF WORK - Training Facility (Glen Canyon National Recreation Area)1.INTRODUCTIONThe National Park Service (NPS), Structure Fire Program National Office, 3833 S. Development Ave. Boise, ID 83705, is looking to establish a blanket purchase agreement with the base year plus four option years. Purpose:The purpose of this Scope of Work (SOW) serves as the foundation for a contract with a qualified hotel for lodging, meals and a training room. The facility needs to be capable of providing lodging, meals, and a training room for employees attending and instructors presenting a series NPS structural firefighter courses at Glen Canyon National Recreation Area over the next three years.Project Background:Glen Canyon National Recreation Area is home to NPS National Structural Fire Training Site for structural fire suppression operations and is also one of the Services 22 engine company parks which is tasked with providing structural fire protection. As required by public law 29CFR1910.156 and Director's Order and Reference Manual #58, Structural Fire Management, all NPS employees, volunteers and partners who participate in structural fire suppression activities must meet training and certification requirements, including periodic live fire training exercises. To comply with these requirements Glen Canyon National Recreation Area will be host a number of agency sponsored firefighter classes each year - these classes include - "Structural Firefighter Refresher "Structural Firefighter Class "Small Boat and Marine Firefigher Class "Fire Apparatus Driver/Operator Class "Engine Company Officer Class "Defensive Firefighter Class"Park Structural Fire Coordinator ClassIn order to provide these courses it is necessary to obtain services for lodging, meals and a training room for program instructors and students who do not reside in Page, Arizona. In addition to lodging, Contractor must provide food services as they are essential with achieving the training programs objectives and for the students and instructors to obtain the full benefit of the training program. Instructors and participants cannot break free to take the meals or refreshments breaks.2.SCOPEThe qualified hotel will provide lodging, meals (to include breakfast, lunch and dinner) and a training room for NPS instructors and class participants within the time parameters provided by the National Park Service. "Structural Firefighter Refresher (up to 28 class participants and instructors)This program is 3 days long and is generally limited to 28 participants and instructors. Participants generally arrive on Monday and depart on Friday (4 night's total). Meals are limited to Tuesday through Thursday (3 days total)."Structural Firefighter Class (up to 30 class participants and instructors)This program is two weeks long and is generally limited to 24 students and 6 instructors. Participants generally arrive on Sunday and depart on the second Saturday (13 night's total). Meals are limited to the first Monday through the second Friday (12 days total). Special needs include training room with tables and chairs for 30 people; television with DVD player; miscellaneous items including power cords, media table, lecture podium and projection screen."Small Boat and Marine Firefigher Class (up to16 class participants and instructors)This program is 3 days long and is generally limited to 16 participants and instructors. Participants generally arrive on Monday and depart on Friday (4 night's total). Meals are limited to Tuesday through Thursday (3 days total)."Fire Apparatus Driver/Operator Class (up to 22 class participants and instructors)This program is two weeks long and is generally limited to 16 students and 6 instructors. Participants generally arrive on Sunday and depart on the second Saturday (13 night's total). Meals are limited to the first Monday through the second Friday (12 days total). Special needs include training room with tables and chairs for 30 people; television with DVD player; miscellaneous items including power cords, media table, lecture podium and projection screen."Engine Company Office Class (up to 28 class participants and instructors)This program is one week long and is generally limited to 28 participants and instructors. Participants generally arrive on Sunday and depart on Saturday (6 night's total). Meals are limited to Monday through Friday (5 days total)."Defensive Firefighter Class (up to 28 class participants and instructors)This program is one week long and is generally limited to 24 students and 4 instructors. Participants generally arrive on Sunday and depart on Saturday (6 night's total). Meals are limited to Monday through Friday (5 days total). Special needs include training room with tables and chairs for 28 people; television with DVD player; miscellaneous items including power cords, media table, lecture podium and projection screen."Park Structural Fire Coordinator Class (up to 29 class participants and instructors)This program is one week long and is generally limited to 25 students and 4 instructors. Participants generally arrive on Sunday and depart on Saturday (6 night's total). Meals are limited to Monday through Friday (5 days total). Special needs include training room with tables and chairs for 28 people; television with DVD player; miscellaneous items including power cords, media table, lecture podium and projection screen.As actual class sizes may vary, an accurate participant count will be provided to the contractor within 15 days of the scheduled class. In the event that a class is cancelled, the contractor will also be notified within 15 days of the scheduled class.3.DATA AND MATERIALS TO BE PROVIDED BY NPS:"A list of names to include all instructors and students utilizing facilities and services provided via Task Order through this BPA within 30 calendar days prior to class commencement"Arrival and departure dates of all instructors and students"Cancellation for any instructors and students/or classes will be provided within 15 calendar days of vent"A sign-up sheet for the daily meals (breakfast, lunch and dinner) 24 hours in advance"List of participants who have special dietary requirements, i.e. vegetarian, food allegories"List of all required A/V items for each individual class4.DATA AND MATERIALS TO BE PROVIDED BY CONTRACTOR:"All accommodations including lodging and food"A training room "An itemized list of costs per person"A podium, a TV, DVD player, projector, a projection screen and all associated equipment required to power and or set up"Advance menu with options (and two choices for dinner)5.GENERAL:"The contractor shall be responsible for securing lodging and meals in accordance with the federal travel regulations. (Ref: www.gsa.gov) Deviations from established GSA rates shall be brought to the attention of the COR. The contractor shall provide per-diem expenses with the fee proposal breakdown.The contractor shall provide documentation (i.e. store/provider receipts) of all expenses identified above that is incurred in the performance of the project. Documentation will be submitted to NPS with each billing cycle. PRICE SCHEDULECLIN 0001 Training Facility Services (The Contractor shall provide lodging and meals (to include breakfast, lunch and dinner) for NPS instructors and class participants within the time parameters provided by the NPS IAW SOW. Base Year: One Lot (Provide a Lot Price for Each Training Class--see SOW--there are seven(7) training classes) and Provide a Price for Each Option Year for each training class. CLIN 0002 Training Room (The Contractor shall provide a training room each day for NPS instructors and class participants within the time parameters provided by the NPS IAW SOW). Base Year: One Each (Provide a price for each Training Class--See SOW) and Provide a Price for Each Option Year for each training class. Contract Minimum and Maximum Amounts: During the effective period of performance for this contract, including all options exercised by the Government, the Minimum quantity of services ordered by the government shall be no less than $200 and the Maximum quantity of services ordered by the Government shall not exceed $500,000.Type of Contract: Firm Fixed Price Proposal Evaluation:The government will evaluate each offeror's proposal using the following evaluation factors listed in descending order of importance:(A) Demonstrated Technical/Management Capability(B) Past Performance/Experience Information(C) PricingDemonstrated Technical/Management Capability is slightly more important than Past Performance/Experience Information. When combined Demonstrated Technical/Management Capability and Past Performance/Experience Information are more important than price. Numerical Ratings below are valid for (A)Demonstrated Technical/Management Capability and (B)Past Performance/Experience Information.Quantitative QualitativeRating Rating Definition10Excellent Very comprehensive, in depth, clear response. Proposal consistently meets this standard with no omissions. Consistently high quality performance can be expected.8Very Good Extensive, detailed response to all requirements similar to outstanding in Quality, but with minor areas of unevenness or spottiness. High quality performance is likely bun not assured due to minor omissions or areas where less than excellent performance might be expected.6GoodNo deficiencies in the response. Better than acceptable performance can be expected but in some significant areas there is an unevenness or spottiness which might impact on performance.4FairThe response generally meets minimum requirements but there is not expectation of better than acceptable performance; deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without major revision to the proposal.2PoorThe response fails to meet one of more minimum requirements; deficiencies exist in significant areas but can be corrected during negotiations without major revision to the proposal, or serious deficiencies exist in areas with minor impact.0UnsatisfactorySerious deficiencies exist in significant areas; the proposal cannot be expected to meet the stated minimum requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the performance work statement without specifying how or demonstrating the capacity to do so. Only vague indications of the required capability are present. (C) Price--The Government will conduct its price analysis using one or more of the techniques specified in FAR 15.404-1(b).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PS70095/listing.html)
 
Place of Performance
Address: Page, Arizona
Zip Code: 80235
 
Record
SN02558701-W 20110903/110902101646-3bd0a55ea2e9ef1a8e69749f69d80d41 (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.