MODIFICATION
V -- AMENDMENT to previous Request for Proposals
- Notice Date
- 6/27/2012
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-12-R-0009
- Response Due
- 7/23/2012
- Archive Date
- 9/21/2012
- Point of Contact
- Tracy Canada, 515-252-4616
- E-Mail Address
-
USPFO for Iowa
(tracy.canada@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is an amendment to the combined synopsis/solicitation issued under Request for Quotation (RFQ) number W912LP-12-R-0009 for commercial items prepared in accordance with the format in 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. All proposals shall reference the RFQ number and shall be submitted by 8:00 a.m. local time on 23 July 2012. The anticipated award date is 23 July 2012. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-59 dated 10 May 2012. This acquisition is reserved 100% for small business concerns. An awarded contract will be extended to the vendor whose proposal is the lowest price, technically acceptable; technically acceptable defined as the proposal meeting or exceeding all of the specifications outlined within the Statement of Work (Attachment #1). Multiple Awards may be made for this request, in accordance with FAR 52.212-1 (h), Instructions to Offerors -Commercial Items, Multiple Awards. The North American Industry Classification System Code (NAICS) 721110 size standard of $30.0m. Contract line item numbers and quantities: CLIN 0001, Lodging - Crisis_Hostage in a School Environment Course, 93 total Room Nights; CLIN 0002, Lodging - Undercover Techniques Course, 210 total Room Nights; CLIN 0003, Lodging - Covert GPS Course, 63 total Room Nights; CLIN 0004, Lodging - Trial Preparation, Presentation, and Testimony Course, 93 total Room Nights; CLIN 0005, Lodging - Clan Lab Investigations, 210 total Room Nights; CLIN 0006, Clan Lab Re-Certification Course, 45 total Room Nights; CLIN 0007, Lodging - Basic Spanish for Law Enforcement Course, 51 total Room Nights; CLIN 0008, Lodging, High Risk Event Planning Lvl 2 Course, 135 total Room Nights; CLIN 0009, Lodging - Writing Search Warrants, 140 total Room Nights; CLIN 0010, Lodging - Crisis Hostage Negotiations Intermediate Course, 160 total Room Nights; CLIN 0011, Lodging - High Risk Event Planning Lvl 1, 120 total Room Nights; CLIN 0012, Lodging - High Risk Event Planning Lvl 3 Course, 115 total Room Nights; CLIN 0013, Lodging - Clan Lab Site Safety Course, 126 total Room Nights; CLIN 0014, Lodging - Physical Surveillance, 130 total Room Nights; CLIN 0015, Lodging - Undercover Techniques for Women Course, 245 total Room Nights; CLIN 0016, Lodging - Advanced Vehicle Contraband Course, 78 total Room Nights; CLIN 0017, Lodging - Detecting Danger Course, 52 total Room Nights; CLIN 0018, Lodging - Tactical Warrant Service Course, 108 total Room Nights; CLIN 0019, Lodging - Statement Analysis Course, 165 total Room Nights; CLIN 0020, Lodging - Conspiracies Course, 68 total Room Nights; CLIN 0021, Lodging - Interview and Interrogation Course, 175 total Room Nights; CLIN 0022, Lodging - Clandestine Lab Investigations Course, 190 total Room Nights; CLIN 0023, Lodging - Clan Lab Re-Cert, 45 total Room Nights; CLIN 0024, Lodging - Informant Development Course, 102 total Room Nights; CLIN 0025, Lodging - Basic Spanish for Law Enforcement Phase 2 Course, 80 total Room Nights; CLIN 0026, Lodging - One Pot Meth Cooks Course, 29 total Room Nights; CLIN 0027, Lodging - Interview and Interrogation Adv Course, 135 total Room Nights; CLIN 0028, Lodging - Crisis_Hostage Advanced Course, 150 total Room Nights; CLIN 0029, Lodging - Highway Drug Investigations, 102 total Room Nights; CLIN 0030, Contractor Manpower Reporting (CMR). Vendors shall review the Statement of Work (Attachment #1) and Proposal Submission Requirements (Attachment #2) for a detailed list of events, description of CMR, and proposal submission requirements. The vendors shall review the Quality Assurance Surveillance Plan (Attachment #3) (reference only) as a guideline for what will be assessed during this requirement. The prices provided for each of the SUB CLINs above shall include all required taxes, gratuities, and fees. NOTE: The Government is exempt from state and federal taxes. Clarification for CLIN 0030: every vendor is allowed a one-time fee for compliance with Contractor Manpower Reporting (CMR). The vendor may apply a price for CMR or may opt to complete the mandatory reporting at no cost to the Government; however, as a clear indicator of vendor's intention, pricing must reflect a zero cost if vendor chooses to waive the CMR Reporting fee; see Attachment #1 for CMR Reporting details. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items. 52.212-3 (Alt 1), Offeror's Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their proposal or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx) (must download, print, complete, and submit with proposal); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (By Reference); 252.204-7011, Alternative Line Item Structure (By Reference); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (By Reference); 252.209-7999 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (DEVIATION) (By Full Text) See Class Deviation 2012-O0004, Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, dated January 23, 2012. Contracting officers shall include this provision in all solicitations that will use funds made available by Division A of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning January 23, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded; 252.212-7000, Offeror Representations and Certifications-Commercial Items (By Full Text) (a) Definitions. As used in this clause-(1) 'Foreign person' means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) 'United States' means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) 'United States person' is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it-(1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term 'supplies' is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (Offerors shall include a completed copy of 252.212-7000 as part of their proposal; must download, print, complete, and submit with proposal); 252.225-7000, Buy American Statute -Balance of Payments Program Certificate (By Full Text) (a) Definitions. 'Commercially available off-the-shelf (COTS) item,' 'component,' 'domestic end product,' 'foreign end product,' 'qualifying country,' 'qualifying country end product,' and 'United States' have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin.(1) For all line items subject to the Buy American and Balance of Payments Program clause of this solicitation, the offeror certifies that-(i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of 'domestic end product': Line Item Number Country of Origin (If known) The following clauses apply to this solicitation: 52.204-4, Printed or Copied-Double Sided on Post-consumer Fiber Content Paper (By Reference); 52.211-16, Variation in Quantity (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase or 10 Percent decrease. This increase or decrease shall apply to the total number of sleeping rooms occupied. 52.212-4, Contract Terms and Conditions - Commercial Items (By Reference); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Full Text). The following optional clauses under subparagraphs (b) & (c) are incorporated by reference within 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment. Other clauses that apply to this solicitation include: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Full Text). 252.232-7010, Levies on Contract Payments (By Reference). The following clauses within 252.212-7001are applicable; 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; and 252.243-7002, Requests for Equitable Adjustment. All information relating to this solicitation, including a Statement of Work outlining specifications (Attachment #1), Submittal Requirements (Attachment #2), and the Department of Labor Wage Determination, Changes/Amendments, Questions and Answers, can be retrieved from the Federal Business Opportunities (FedBizOpps) website located at https://www.fbo.gov. Submit your complete proposal package to: Iowa Army National Guard, Camp Dodge Joint Maneuver Training Center, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: SSG Tracy Canada, Contract Specialist at or before 8:00 a.m. local time on 23 July 2012. Questions regarding this solicitation shall be directed to the Primary P.O.C. The Primary P.O.C. is SSG Tracy Canada, Contracting Specialist, 515-252-4616, tracy.canada@us.army.mil. In the event the Primary P.O.C. is unavailable, questions may be directed to the Alternate P.O.C., Mrs. Brenda McKnight, Contracting Officer, at 515-252-4114 or brenda.mcknight@us.army.mil; an attempt to contact the Primary P.O.C. must be made first. Formal communications such as Request for Clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to the FedBizOpps website via an amendment to the solicitation, which will consist of a page listing the questions and answers. Offerors are requested to submit questions to the e-mail address noted above no later than 5:00 p.m. local time on 16 July 2012. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). IMPORTANT NOTE: CCR and other systems are migrating to the System for Award Management (SAM) effective as of May 29, 2012. If you are a current registrant, reference this link (https://www.bpn.gov/ccr/NewsDetail.aspx?id=2012&type=N) for more information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-12-R-0009/listing.html)
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Avenue Johnston IA
- Zip Code: 50131-1824
- Zip Code: 50131-1824
- Record
- SN02787897-W 20120629/120627235627-3f595385edae6bd76e9fb730b1060715 (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 |