Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SPECIAL NOTICE

U -- Small Business Event-Draft PWS for Army Continuing Education System (ACES) Support Services

Notice Date
8/6/2012
 
Notice Type
Special Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J13R0003
 
Archive Date
11/4/2012
 
Point of Contact
Deinor Bolanos, (210) 466-2203
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(deinor.a.bolanos.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement for the Army Continuing Education System (ACES) Centralized Education Support Services. This Request for Information (RFI) number W9124J-13-R-0003 is subject to Change prior to solicitation. Responses to this Request for Information (RFI) are not considered offers and can not be accepted by the Government to form a binding contract. Industry is requested to review the attached Draft Performance Work Statement (PWS) and provide comments/feedback that will assist the program office refine its requirement. This PWS was previously posted with the Sources Sought Notice number W9124J-12-R-0004 which has been replaced with number W9124J-13-R-0003. The current PWS has been updated to incorporate all responses to questions received from the Sources Sought Notice Number W9124J-12-R-0004. Respondents should not submit any proprietary information when responding to this RFI. Respondents are encouraged to review the DRAFT PWS, assess potential costs, answer the questions in this RFI, and submit any comments or questions that may be useful for this requirement. All comments/questions will be evaluated and the DRAFT PWS will be amended accordingly to reflect any changes the program office deems necessary to make. All questions submitted will be answered and publicly posted. BACKGROUND: This will be a fiscal year 2013 requirement to establish a non-personal service contract to provide Education Support Services, required by Army Continuing Education System (ACES), at the locations identified in paragraph 1.1.1 of the attached PWS. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. THIS RFI IS NOT A REQUEST FOR PROPOSAL. The Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. This is a tool to receive feedback from industry regarding the DRAFT PWS and data provided. The NAICS for this requirement shall be 611710 and its size standard is $7.0 Million. Market research has shown that there is a reasonable expectation that offers will be obtained from at least two responsible small business concerns and award will made at a fair market price. In accordance with FAR Part 19.502-2, this procurement will be 100% set aside for small business concerns. As such, all eligible small businesses are encouraged to respond, as requested by the Mission and Installation Contracting Command - Fort Sam Houston. It is anticipated that Cost and Pricing Data may be required. The Government is not obligated to and shall not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE: Base Period15 Jul 2013 - 14 Jul 2014(Phase-In 15 Jul 2013 - 14 Sep 2013) Option Year One 15 Jul 2014 - 14 Jul 2015 Option Year Two15 Jul 2015 - 14 Jul 2016(Phase-out 15 May 2016 - 14 Jul 2016) REQUIREMENT: Refer to the Attached DRAFT PWS for a detail explanation. A Firm-Fixed-Price Single Award Indefinite Delivery Indefinite Quantity that's performance based contract is anticipated for this requirement. Task Orders will be issued for each CONUS and OCONUS locations identified in paragraph 1.1.1 of the PWS. It is anticipated that task orders will be issued and administered by the same contracting office. The contractor is expected to perform simultaneously at all ACES location. Given the PWS and the workload data (See Exhibit 5 in the PWS) the Government foresees the Offerors providing a firm fix price with their own labor mix for each location for a 12 month base period and two option years. The following labor categories fall under the Service Contract Act - Wage Determination: Reception & Administrative Services; MLF Coordinator Services; and, Automation & Technology Services. The following labor categories are exempt from the Service Contract Act - Wage Determination: Counseling Support Services; Test Examiner Services; Test Control Officer (TCO) Services (Korea Only); and Instructor Services. SUBMITTAL INFORMATION: It is requested that interested small businesses submit to the e-mail address identified in paragraph (7) below, a brief statement (no more than three (3) pages in length, single spaced, and a minimum of a 12 point font) with answers/responses to paragraphs 1 thru 6 below. (Please review carefully the requirements listed below.) This submittal must address, at a minimum, the following: (1) Title of the PWS you are referencing; (2) Company name, address, DUNS number, and a statement regarding current small business status for NAICS Code 611710; (3) Given the workload data provided in Exhibit 5 of the PWS, can a firm fix price for each location be provided? If not, please explain. (4) As a small business, can cost and pricing data be provided? If not, please explain. (5) To make a determination if the services outlined in the PWS are commercial in nature, provide input if these services are solely catered to the Government or if they are also available and provided to the public. (6) What concerns and or pricing concerns need to be addressed in the PWS? (7) Responses to this RFI shall be submitted electronically to Mr. Deinor A. Bolanos (Contract Specialist) via e-mail at deinor.a.bolanos.civ@mail.mil. Please reference all e-mail correspondence with the following subject line: Company Name RFI No W9124J-13-R-0003. All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address. Submissions must be received at the email above no later than 17 Aug 2012, 3:00 P.M. (Central Standard Time). Questions regarding this notice shall be addressed, via e-mail, to Mr. Deinor A. Bolanos (Contract Specialist), at e-mail address: deinor.a.bolanos.civ@mail.mil. All questions will be reposted to the public as an amendment to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/531781922539b0eaf00e51c8b11bc08a)
 
Record
SN02827997-W 20120808/120806235056-531781922539b0eaf00e51c8b11bc08a (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.