SOLICITATION NOTICE
R -- NIAT Facilitation Services - Schedule of Items - SCA Wage Determination
- Notice Date
- 7/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
- ZIP Code
- 59804
- Solicitation Number
- AG-03R6-S-12-0080
- Archive Date
- 8/10/2012
- Point of Contact
- Tina D Mainey, Phone: 406-329-3845, Jeffrey B. Gardner, Phone: 406-329-3769
- E-Mail Address
-
tmainey@fs.fed.us, jbgardner@fs.fed.us
(tmainey@fs.fed.us, jbgardner@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This contract is covered by the Service Contract Act of 1965. Wage Determination as per this Act. Please complete this form and include with your offer. FACILITATION SERVICES USDA Forest Service Northern Intermountain Acquisition Team (NIAT) AG-03R6-S-12-0080 This is a combined synopsis/solicitation 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. The solicitation number for this request for quote (RFQ) is AG-03R6-S-12-0080. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is a total Small Business set-aside and the associated NAICS code is 611430 with a small business size standard $14 million. SCHEDULE OF ITEMS The following are a list of Contract line items (Please see the attached Schedule of Items document to return with your quote included): 1. Meeting Preparation (Provide hourly rate) 2. Facilitated Teambuilding (Provide daily rate) 3. Facilitation of Development of Organizational Goals (Provide daily rate) 4. Facilitation of Development of Implementation Plan (Provide daily rate) *Multiple contacts may be required to ensure necessary information is exchanged in preparation for face-to-face meetings. Proposal shall specify time (hours) necessary for planning, and a firm fixed price will be negotiated prior to award. ** It is anticipated that extended days may be required to ensure the work is completed within the time allocated, as leadership team members are located in various locations and travel is required. Proposal shall specify a daily schedule for the meetings and may include a working lunch/dinner if necessary. For your offer to be considered for evaluation for award please include the following: • Completed schedule of items form (see attached) • List of Key Personnel and resumes for each person identified (see Offer Preparation section for details) • Proof of ORCA registration or completed FAR Part 212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) • Past Performance (see Offer Preparation section for details) • Technical Approach (see Offer Preparation section for details) • Logistics (see Offer Preparation section for details) DESCRIPTION OF REQUIREMENTS 1.0 INTRODUCTION: 1.1 In 2009, the Region 1 and 4 Acquisition organizations merged to form the Northern Intermountain Acquisition Team (NIAT). The combined organization consists of six AQM field units (3 field units in each Region) and two Regional Offices. The organization is led by the Management Acquisition Leadership Team (MALT) comprised of the Director, Deputy Director, three Field Unit leads, and four (4) Regional Office Group Lead (2 for Grants and Agreements and 2 Asset Management). Offices include the following: Region Office Name Location of Leadership Team Member Region 1 Regional Office Missoula, MT Region 4 Regional Office Ogden, UT Region 1 Western Montana Acquisition Zone (WMAZ) Missoula, MT Region 1 Idaho Montana Acquisition Team (IMAT) Coeur d'Alene, ID Region 1 Eastside Acquisition Team (ESAT) Butte, MT Region 4 Utah Acquisition Service Center (UASC) Salt Lake City, UT Region 4 Idaho Wyoming Acquisition Center (IDAWY) Idaho Falls, ID Region 4 Southwest Idaho Nevada Acquisition Center (SWINAC) Boise, ID Goals of the shared organization include: • Provide high quality customer service across the Regions with greater organizational depth and expertise, • Increase efficiency, and potentially cost effectiveness of processes and organization to help meet current and future challenges to mission delivery. • Increase consistency in process and direction to streamline work and increase accountability, and best prepare for the future in terms of workforce skills and capacity, as well as funding realities. 2.0 SCOPE: The Contractor shall provide all necessary personnel, resources, management, supervision, travel, supplies and services except as specified in Government Furnished Items to provide the following: • Teambuilding for MALT members to facilitate a cohesive leadership team for the organization. • Facilitate development of organizational goals for the NIAT to meet the expectations of the shared organization including organizational structure, physical location of units/functions, roles and responsibilities. • Establish a framework for implementing the organizational goals developed above. The Contractor shall guide the sessions to encourage and develop innovative approaches on how to resolve issues. The Contractor shall provide methods of approaching situations to help analyze and solve problems in an effective manner. The goal is to guide the team, not provide formal solutions; rather helping the team to develop their own recommendations and action plans. 2.0 GOVERNMENT FURNISHED ITEMS: The government shall provide facilities for conducting meetings and any necessary supplies (e.g. flip charts, projectors). 3.0 TRAVEL: All travel and associated costs are the responsibility of the Contractor and shall be included in the proposal. 4.0 DELIVERABLES/DELIVERY SCHEDULE • Meeting Preparation: The contractor shall meet with the Director and Deputy Director of the organization via conference call to discuss objectives and delineate parameters of discussion. • Facilitated Meeting:  Teambuilding  Organizational Goals: Provide format for a facilitated meeting to meet the objectives described above of developing organizational goals.  Implementation Plan: Provide format for a facilitated meeting to develop a plan to implement the organizational goals. • Contractor shall propose a schedule and with specific timeframes for accomplishing the three tasks identified above. The first facilitated meeting shall occur the week of August 20, 2012 in Missoula, MT. 5.0 PERIOD OF PERFORMANCE: The first meeting with leadership team members shall occur August 20-22, 2012 in Missoula, MT. All tasks shall be completed by December 30, 2012. 6.0 OFFER PREPARATION Key Personnel: Offeror shall propose key personnel and shall include resumes for each person identified clearly identifying experience relevant to the work to be accomplished under this contract. Offeror shall identify the fixed price rate associated with each key person. Past Performance: Offeror shall provide three (3) past performance examples of previous work performed that are similar to the requirements and tasks identified in this statement of work. Information shall include: 1. Name and Location 2. Point of Contact with telephone and email address 3. Description of work performed Technical Approach : Offeror shall provide a written proposal describing the approach to accomplish the requirements, clearly demonstrating the offeror's competence and technical understanding of the requirements. Logistics: Offeror shall provide a proposed meeting schedule for items identified on the schedule of items, including estimated timeframes for preparation and meetings. Identify equipment (e.g. flip charts, projector, etc.) to be provided by the government for the meetings. Price: Proposal shall include a price breakdown for each line item including proposed number of hours/days and the related rate(s) to support the firm fixed price for each task identified in the schedule of items. Evaluation Factors:  Key Personnel  Past Performance  Technical Approach  Price Factors will be evaluated as per FAR 13.106-2 Technical Contact: For questions of a technical nature regarding this solicitation, please contact: Bill Hodges at 406-329-3770; or by email at: ewhodges@fs.fed.us The provision at FAR 52.212-1, Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition and a statement regarding any addenda to the provision. The provision at FAR 52.212-2, Evaluation-Commercial (JAN 1999), Items applies to this acquisition as follows: 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: Key Personnel Past Performance Technical Approach 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 requirement. 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(s). (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. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), with its offer, or proof of ORCA registration as defined in FAR Part 52.212-3. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATIONS (48 CFR CHAPTER 1) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (NOV 2011) FAR 52.215-5 Facsimile Proposals (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 406-329-3866 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition and the following addenda: FAR 52.212-4 Addendum to - Contract Terms (FEB 2012) AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (FEB 2012) Alternate I (FEB 2012) (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. 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. FAR 52.236-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. FAR 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/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.245-1 Government Property (APR 2012) 52.245-9 Use and Charges (APR 2012) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2012), applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS The following attachments are a part of this solicitation and any resulting contract (see separate document(s)). Wage Determination No. 2005-2317, (Rev. 12), Dated 6/13/2012 SUBMISSION OF OFFERS: Offers are to be received by 1600 hrs (MST) Thursday, July 26, 2012 at the following location: Attn: Jeff Gardner WMAZ 24 Fort Missoula Missoula, MT 59804 For information regarding this solicitation contact: Jeff Gardner at phone number (406) 329-3769 or by email at jbgardner@fs.fed.us. Offers may be received by fax or e-mail at the following number and address: FAX # 406-329-3866; email jbgardner@fs.fed.us. It is incumbent on the offeror to verify receipt of fax. For FAX verification contact Jeff Gardner at the information listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-12-0080/listing.html)
- Place of Performance
- Address: Missoula, Montana, 59801, United States
- Zip Code: 59801
- Zip Code: 59801
- Record
- SN02802347-W 20120715/120713235020-4a22a2fb84d8b22da5f9d275f8a3f711 (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 |