SOLICITATION NOTICE
10 -- Certified Athletic Trainers
- Notice Date
- 6/17/2013
- Notice Type
- Presolicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- MICC - Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
- ZIP Code
- 31905-5000
- Solicitation Number
- W911SF13R0022
- Response Due
- 6/27/2013
- Archive Date
- 8/16/2013
- Point of Contact
- EDSON HARRINGTON, 706-545-0350
- E-Mail Address
-
MICC - Fort Benning
(edson.harringtonjr@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- V Combined Synopsis / Solicitation - Commercial Services U- Education & Training Services Solicitation Number: W911SF-13-R-0022 Agency: Department of the Army Office: Mission and Installation Contracting Command - Fort Benning Notice Type:Combined Synopsis/SolicitationPosted Date: 17 June 2013 Response Date: 27 June 2013Archiving Policy: Automatic, 15 days after response date Archive Date: 12 July 2013Original Set Aside: N/A Set Aside: Service Disabled Veteran Owned Small Business Classification Code: U - Education and Training Services NAICS Code: 611 - Educational Support Services/611710 - Educational Support Services This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. This is a request for proposals (RFP) with a solicitation number of W911SF-13-R-0022. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. This requirement is for a nationally certified Musculoskeletal Action Team/Athletic Training Program in support of military training at Fort Benning, Georgia. This requirement is set-aside for Service-Disabled Veteran-Owned Small Businesses. The associated North America Industry Classification System (NAICS) Code is 611710 and the Business Size Standard is $7 million. The Government contemplates award of a single firm fixed price contract using Best Value - Lowest Price Technically Acceptable source selection process. DESCRIPTION OF REQUIREMENT: Athletic Training and Strength Conditioning services are required to provide injury recognition, initial assessment, immediate first aid, and on-site acute and chronic injury management of musculoskeletal injuries to Soldiers sustained as a result of military training. PERFORMANCE WORK STATEMENT (attached) DEPARTMENT OF LABOR WAGE DECISION applicable to this acquisition is: WD 05-2137 (Rev 13) dated 06/19/2012 and it is located at http://www.wdol.gov/. PERIOD OF PERFORMANCE: For the 199th Infantry Brigade, the 316th Calvary Brigade, Ranger Training Brigade, 1-46 Infantry, 2-47 Infantry and 30th Adjutant General (AG); and a base period of 12 months commencing 1 August 2013, followed by two (2) one-year option periods (if the government exercises its option(s)). For the 194th Armored Brigade and the 198th Infantry Brigade; a base period of 10 months commencing 18 October 2013, followed by two (2) one-year option periods (if the government exercises its option(s)). LOCATION OF PERFORMANCE: Fort Benning, Georgia QUESTION & ANSWER PERIOD: All questions shall be submitted by 20 June 2013 CONTRACT LINE ITEMS - submit proposal pricing in the following format: CLIN 0001, Phase-in 14 Days @ $___________ per Day Contractor shall perform the requirements as described in the attached Performance Work Statement (PWS) Paragraph 1.4 from 1 - 14 August 2013. CLIN 0002, Athletic Training and Strength Conditioning Services 17 Days @ $__________ per Day Contractor shall provide Athletic Training and Strength Conditioning Services in support of the 199th Infantry Brigade, 316th Cavalry Brigade, Ranger Training Brigade, 1-46 Infantry Brigade, 2-47 Infantry Brigade and 30th Adjutant General at Fort Benning as described in the attached PWS for the period 15 - 31 August 2013. CLIN 0003, Athletic Training and Strength Conditioning Services 11 Months @ $__________ per Month Contractor shall provide Athletic Training and Strength Conditioning Services in support of the 199th Infantry Brigade, 316th Cavalry Brigade, Ranger Training Brigade, 1-46 Infantry Brigade, 2-47 Infantry Brigade and 30th Adjutant General at Fort Benning as described in the attached PWS for the period 1 September 2013 - 31 July 2014. CLIN 0004, Athletic Trainer and Strength Conditioning Services 10 Months @ $__________ per Month Contractor shall provide Athletic Trainer and Strength Conditioning Services in support of the 194th Armored Brigade and the 198th Infantry Brigade at Fort Benning as described in the attached Performance Work Statement for the period 18 October 2013 - 31 July 2014. CLIN 0005, Other Direct Costs (ODCs) 1 Lot @ $3,000.00 per Lot Contractor shall purchase expendable and non-expendable items explicitly in compliance with PWS paragraph 1.6.2 for the period 15 August 2013 - 31 July 2014. CLIN 0006, Contractor Manpower Reporting 1 Each @ $__________ per Each Contractor shall provide annual report of manpower at https://cmra.army.mil as described in the attached PWS Paragraph 1.8 for the period 1 August 2013 - 31 July 2014. CLIN 1001, 1st OPTION PERIOD, Athletic Trainer and Strength Conditioning Services 12 Months @ $__________ per month Contractor shall provide Athletic Training and Strength Conditioning Services in support of the 199th Infantry Brigade, 316th Cavalry Brigade, Ranger Training Brigade, 1-46 Infantry Brigade, 2-47 Infantry Brigade, 30th Adjutant General 194th Armored Brigade, and the 198th Infantry Brigade at Fort Benning as described in the attached PWS for the period 1 August 2014 - 31 July 2015. CLIN 1002, 1ST OPTION PERIOD, Other Direct Costs (ODCs) 1 Lot @ $3,000.00 per Lot Contractor shall purchase expendable and non-expendable items explicitly in compliance with PWS paragraph 1.6.2 for the period 1 August 2014 - 31 July 2015. CLIN 1003, 1ST OPTION PERIOD, Contractor Manpower Reporting 1 Each @ $__________ per Each Contractor shall provide annual report of manpower at https://cmra.army.mil as described in the attached PWS Paragraph 1.8 for the period 1 August 2014 - 31 July 2015. CLIN 2001, 2ND OPTION PERIOD, Athletic Trainer and Strength Conditioning Services 12 Months @ $___________ per month Contractor shall provide Athletic Training and Strength Conditioning Services in support of the 199th Infantry Brigade, 316th Cavalry Brigade, Ranger Training Brigade, 1-46 Infantry Brigade, 2-47 Infantry Brigade, 30th Adjutant General 194th Armored Brigade, and the 198th Infantry Brigade at Fort Benning as described in the attached PWS for the period 1 August 2015 - 31 July 2016. CLIN 2002, 2ND OPTION PERIOD, Other Direct Costs (ODCs) 1 Lot @ $3,000.00 per Lot Contractor shall purchase expendable and non-expendable items explicitly in compliance with PWS paragraph 1.6.2 for the period 1 August 2015 - 31 July 2016. CLIN 2003, 2ND OPTION PERIOD, Contractor Manpower Reporting 1 Each @ $_______ per each Contractor shall provide annual report of manpower at https://cmra.army.mil as described in the attached PWS Paragraph 1.8 for the period 1 August 2015 - 31 July 2016. SOLICITATION PROVISIONS: This solicitation incorporates the following contract provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil 52.209-7, Information Regarding Responsibility Matters (Feb 2012) 52.212-1, Instruction to Offerors - Commercial Items (Feb 2012) 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I)(Dec 2012) 52.217-5, Evaluation of Options (Jul 1990) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005) 252.215-7007, Notice of Intent to Resolicit (Jun 2012) 252.215-7008, Only One Offer (Jun 2012) 52.212-2, Evaluation - Commercial Items (Jan 1999) SECTION L INSTRUCTIONS TO OFFERORS FOR OFFERS TO BE CONSIDERED 1. In order for proposals to receive full consideration for award, each Offerors shall provide its submissions in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors - Commercial Items. Offerors shall also ensure that the information furnished is factual, accurate, and complete. Failure to provide the information requested herein may render the offeror's proposal ineligible for further consideration for award. Only one (1) proposal may be submitted per offeror. Because the SF 1449 is not used, Offerors shall make submissions by way of company letterhead. 2. Offerors shall submit proposals using company letterhead. Offers shall be received by MICC-Fort Benning no later than 2:00 PM Eastern Time, 27 June 2013. 3. Offers shall consist of the following documents: a. Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b) (4), (8) and (10) shall be provided separately as discussed below. b. Separate documentation in response to the Technical Capability evaluation factor. Limit submission to six (6) pages, including narrative, tables and diagrams. Pages beyond the initial six (6) will not be evaluated. Submission shall include a narrative description of the Offeror's proposed approach to the following three (3) Subfactors: 1) Program Management, 2) Experience, and 3) Staffing Plan. An unacceptable rating for any subfactor will result in an unacceptable rating for the Technical Capability Factor. c. Separate document in response to the past performance evaluation factor. Limit is two (2) pages of narrative, not including past performance questionnaire. Pages beyond the initial two will not be evaluated. Submission shall include up to ten (10) references from private and public entities for which the Offeror performed work as either a prime or subcontractor similar in nature and scope during the past five (5) years (as of date set for receipt of offers). The Government will use this and other information at its disposal to determine acceptability of the Offeror's past performance. d. A completed copy of the Offeror's representations and certifications required by the provisions 52.209-7, 52.212-3 and 252.212-7000. As an alternative, the Offeror may affirm in its cover letter that the required representations and certifications are found on-line in the Government's System for Award Management (SAM). 4. Submission may be made via e-mail to usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil or delivered to MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905. Facsimiles will not be accepted. If submitted via e-mail, attached files must be Microsoft compatible and virus/malware free. Electronic media suspected by Government computers as possibly containing virus/malware will not be opened or considered. 5. All quotations from responsible sources will be fully considered. Offerors not registered in the System for Award Management (SAM) with all required information provided prior to award will not be considered. Offerors may register with SAM at www.sam.gov. Contracting Office Address: MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905 Point of Contact: Susanne H. Johnson 706-545-4016. 52.212-2 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: Technical Capability, Past Performance and Price. Technical Capability and Past Performance are equal in importance. The two non-cost factors combined are equal in importance to 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. (End of provision) EVALUATION FACTORS FOR AWARD ADDENDUM TO 52.212-2 Contractor's proposal shall be valid for 60 days. Basis for Award. 1. The Government intends to conduct this acquisition by use of a Competitive Source Selection Procedures in accordance with FAR Part 12, FAR Part 13.5, FAR Part 15 and AGENCY SOURCE SELECTION PROCEDURES. From this solicitation, one contract may be awarded with a combination of Firm-Fixed Price and Cost Reimbursable line items to the offeror submitting a proposal determined to be most advantageous to the Government, price and other factors considered. In any case, the Government may not award any contract if the resulting contract would not represent a quote mark best value. quote mark It is strongly suggested that the provisions stated in the proposal information be fully studied prior to assembly and submission of the proposal. 2. Note specifically that Offerors will not be participating in a sealed bid procurement process under this acquisition method. Issuance of this Request for Proposal (RFP) does not constitute an award commitment on the part of the Government. Proposals shall set forth full, accurate, and complete information as required by this RFP, including attachments. The penalty for making false statements is prescribed in 18 U.S.C. 1001. 3. An integrated assessment will be made of each offeror's proposal in the areas of Past Performance, Technical Capability and Price. The Government will make award to the responsible offeror whose offer conforms to the PWS and presents the best value to the Government as the lowest priced technically acceptable proposal. Offerors are advised that the Government may make award without discussions. Therefore, proposals shall be submitted initially on the most favorable terms from a price and technical standpoint. Do not assume that offerors will be contacted or afforded an opportunity to clarify, discuss or revise their proposals. For a proposal to result in an awardable contract, the proposal must at least meet all PWS requirements, conform to all required terms and conditions, and contracted employees must possess all required certifications. 4. Solicitation Requirements, Terms and Conditions. Offerors shall meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors/sub factors to be eligible for award. Failure to comply with the terms and conditions of the solicitation may result in the offeror being removed from consideration for award. Any deviations from or exceptions to the solicitation's terms and conditions shall be fully explained and justified. NOTE: Award will not be made using any proposal containing deviations from or exceptions to the Performance Work Statement terms and conditions or fail to provide material information. Evaluation Factors: Each offeror's proposal and other information will be evaluated against the following evaluation factors: FACTOR 1: Technical Capability Subfactor 1: Management Approach Subfactor 2: Staffing Plan Subfactor 3: Experience FACTOR 2: Past Performance FACTOR 3: Price FACTOR AND RATING TECHNIQUES The Government intends to evaluate proposals and award a contract without discussions with offerors; however, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Factor 1: Technical Capability Subfactor 1: Management Approach. The minimum standard: Proposals shall clearly illustrate the methodology and detail of the management approach the Offeror proposes to perform in accordance with the Performance Work Statement. The management approach shall address: A description of the proposed management plan and the Offeror's ability to execute it. A clear understanding of the work to be performed. The Government will assess the proposed approach to ensure that sufficient personnel will be available to provide the required services when necessary under the resultant contract. The Government will also assess the extent to which personnel are currently on board and/or committed to employment by the contractor and subcontractors. The lack of current employees or letters of commitment to employment will render a proposal unacceptable. Subfactor 2: Staffing Plan. The minimum standard is a staffing plan shall include: Organizational structure and/or team structure. Clear illustrations of how the Offeror will provide qualified personnel to perform under this contract. Staffing schedule demonstrating adequate number of personnel to be assigned and appropriate job classification for each hour of work to be performed. Subfactor 3: Experience. The minimum standard: Offeror has at least five (5) years experience in the type of service industry required by this PWS. Contracted employees shall possess the following certifications: Athletic Trainer Board of Certification, CPR First Responder Certification Licensed to practice Athletic Training in the state of Georgia Each subfactor must be evaluated as quote mark acceptable quote mark in order for Factor 1 (Technical Capability) as a whole to be rated quote mark acceptable. quote mark TECHNICAL CAPABILITY RATINGS: AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's past performance record is unknown. UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Factor 2: Past Performance The Past Performance factor will be evaluated to examine the quality of an Offeror's past performance records to determine its ability to perform as proposed. In addition to the information provided by the offeror, the Government will evaluate past performance using data sources such as the Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), and Federal Awardee Performance and Integrity Information System (FAPIIS) or similar systems and State Department Watch Lists. The Offeror shall demonstrate successful past performance as evidenced by information gathered on performance during the past five (5) years that reflect conditions, similar scope, effort, size and complexity comparable to this solicitation. Offeror's past performance reputation with its customers will be used to render a performance assessment rating as described in the table below. Offerors with no Past Performance history will be classified as quote mark Neutral quote mark. A classification of quote mark Neutral quote mark for Past Performance will result in a rating of quote mark Acceptable quote mark for the Past Performance factor. (See Questionnaire at Attachment 1). Past Performance Ratings RatingDescription AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Or the offeror's performance record is unknown. UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Factor 2: Pricing Offerors shall completely fill in its proposed pricing for the CLINs listed herein. The information provided by the Offeror will be evaluated and a best value analysis of the proposal as a whole performed to determine best value to the Government. Pricing analysis will be used for the purpose of determining the reasonableness. SPECIAL NOTE: 1. The Offeror's technical capability will be evaluated based on information furnished by the offeror. The Government is not responsible for locating or securing any information not identified in the Offer. 2. Evaluation of Option to Extend Services under 52.217-8. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services, provided under FAR 52.217-8, as follows: The evaluation will consider the possibility that the option can be exercised at any time during any contract performance period, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract when the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. CONTRACT CLAUSES: The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: http://farsite.hill.af.mil 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013). The following clauses contained within 52.212-5 are applicable and incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt 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 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-8, Utilization of Small Business Concerns 52.219-1 Alt 1, Small Business Program Representations 52.219-2, Post Award Small Business Program Re-representation 52.219-27, Notice of Total Service Disabled Veteran Owned Small Business Set-Aside 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 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 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies 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 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2013) The following clauses contained within 252.212-7001 are applicable and incorporated by reference: 52.203, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.205-7000, Provision of Information to Cooperative Agreement Holder 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) 252.232-7010, Levies on Contract Payments (Dec 2006) LC-067 Army Electronic Invoicing Instructions (Feb 2006) (SF1449) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. 1 Wide Area Workflow (WAWF) (see instructions below) 0 Web Invoicing System (WInS) (https://ecweb.dfas.mil) 0 American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) 0 Other (please specify) DFAS POC and Phone: (check one) __DFAS Indianapolis Center Vendor Pay 1-888-332-7366 __DFAS Rome Center Vendor Pay 1-800-553-0527 __DFAS St Louis Center Vendor Pay 1-877-782-5680 __DFAS San Antonio Center Vendor Pay 1-888-478-5636 WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the System for Award Management site at http://www.sam.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service :[Type in the same DFAS as checked above]. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT (check one for type of document the Vendor should enter into WAWF) __ Commercial Item Financing __ Construction Invoice (Contractor Only) __ Invoice (Contractor Only) __ Invoice and Receiving Report (COMBO) _X_ Invoice as 2-in-1 (Services Only) __ Performance Based Payment (Government Only) __ Progress Payment (Government Only) __ Cost Voucher (Government Only) __ Receiving Report (Government Only) __ Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique quote mark part identifier quote mark containing data elements used to track DoD parts through their life cycle. __ Summary Cost Voucher (Government Only) CAGE CODE: [Enter CAGE Code from Block 15 of SF1449] ISSUE BY DODAAC: W911SF ADMIN BY DODAAC: W911SF INSPECT BY/ACCEPT BY/SHIP-TO DODAAC: [Enter Acceptor's DoDAAC, first 6 digits of Block 1 of SF1449] LOCAL PROCESSING OFFICE DODDAC: __ HQ0105 DFAS Indianapolis__HQ0490 DFAS Indianapolis (GFEBS) __HQ0347 DFAS Indianapolis (DoDDs)__ HQ0302 DFAS Rome __HQ0304 DFAS St Louis__HQ0345 DFAS San Antonio PAYMENT OFFICE FISCAL STATION CODE: [Enter last 5 digits of Fund Cite] EMAIL POINTS OF CONTACT LISTING: NONE INSPECTOR/ACCEPTOR: [Enter Acceptor's email address from Comments box on PR] RECEIVING OFFICE POC: [Enter Acceptor's email address from Comments box on PR] CONTRACT ADMINISTRATOR: [Susanne.h.johnson.civ@mail.mil] CONTRACTING OFFICER: [Edson.b.harrington.civ@mail.mil] ADDITIONAL CONTACT: None For more information contact: [Susanne Johnson, 706 545-4016] (End of clause) 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5a5e635b351bab8d71d2ba7d9a970e07)
- Place of Performance
- Address: MICC - Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
- Zip Code: 31905-5000
- Zip Code: 31905-5000
- Record
- SN03090932-W 20130619/130617234702-5a5e635b351bab8d71d2ba7d9a970e07 (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 |