SOLICITATION NOTICE
R -- Four Instructors and WTU Curriculum Support Services for U.S. Army Medical Department Center and School, Fort Sam Houston, TX
- Notice Date
- 8/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-14-R-4INS
- Response Due
- 8/21/2014
- Archive Date
- 10/6/2014
- Point of Contact
- rumi.shimooka, 210-466-2208
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(rumi.shimooka@us.army.mil)
- Small Business Set-Aside
- HUBZone
- 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. The Mission and Installation Contracting Command (MICC) - Fort Sam Houston (FSH) has a requirement to provide 4 Instructors and Warrior Transition Unit (WTU) curriculum support services for U.S. Army AMEDDC&S, Fort Sam Houston, TX. The contract type is anticipated to be a Firm Fixed Price (FFP) with a base period of 12 months and two 12 month option periods. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 is W9124J-14-R-4INS issued as a Request For Proposal (RFP) and is conducted as a commercial item procurement in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76, 25 July 2014, and Defense Acquisition Circular DPN 20140805 5 August 2014. The solicitation is a 100% HUBZone certified small business set-aside and all interested offerors shall submit written proposals (oral proposals will not be accepted). The North American Industry Classification System (NAICS) code for this project is 561110 with a size standard $7,500,000.00. The purpose of this combined synopsis/solicitation is to provide 4 Instructors and WTU curriculum support for a variety of topics within the Warrior Transition Cadre Courses (WTU Triad Training for Squad Leaders and Platoon Sergeants (ATRRS#300-F39 and Warrior Transition Course for 1SG & Commanders (ATRRS# 6I-F12/340-F7). Services will need to support an instructor-student ratio of 1:16. The average class size is 80. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Instruction and Teaching as defined in the attached Performance Work Statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. The Department of Warrior Transition provides training and education to the staff and cadre of the 29 Warrior Transition Units and 13 Community Care Units for the United States Army. Warrior Transition Units are specialized units designed to take care of Soldiers who have been wounded, ill, or injured. This training mission has been in place since 2007 by order of the United States Army execution order 118-07. Training is provided to approximately 1000 students per training year. Please refer to the attached PWS for all the other detailed requirements. Offerors are required to provide a price for all contract line items including the Contractor Manpower Reporting (CMR) per paragraph 5.3 in the attached PWS. Offerors are required to indicate both the Unit Price and the Total Cost for each established Contract Line Item Numbers (CLIN). The detailed requirements for the CLINs are listed in the RFP CLIN Structures which is attached to this synopsis as the Additional Documents. The offeror is solely responsible for the performance of all inspection requirements and quality control. The following provisions and clauses are applicable and included to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). ***1. Provide price for all contract line items: 0001 through 2005. (See the attached RFQ CLIN Structures) ***2. Provide Technical Capability Statement: See below. IMPORTANT It is in the Offeror's best interest to thoroughly read the Performance Work Statement, follow the instructions in FAR Clauses 52.212-1, Addendum to FAR Clause 52.212-1, FAR Clause 52.212-2, and Addendum to FAR Clause 52.212-2. ADDENDUM to 52.212-1 ADDENDUM to 52.212-1 (c), Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. ADDENDUM to 52.212-2 - Evaluation - Commercial Items Addendum to 52.212-2 is as follows: BASIS FOR AWARD (a) The Government intends to award one (1) contract as a result of this solicitation to the responsible offeror whose offer conforming to the solicitation and is deemed to be the Lowest Price Technically Acceptable (LPTA) offer. In addition to the signed Price Proposal with RFP CLIN, the offeror shall submit a statement that it has read and understands the requirements in the PWS and take no exception to the requirements. If the offeror is unable to meet one or more of the requirements, a page entitled quote mark EXCEPTIONS quote mark shall be provided with its offer which lists the requirement(s) in which the offeror is unable to meet. Offerors shall BE AWARE that any EXCEPTION to the government's PWS may deem the offeror non-responsive and thereby will be considered ineligible for award. (b) The Government will evaluate offers for award purposes by adding the total price for all option periods to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option period prices are significantly unbalanced. The government will also evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final price to the offeror's total price. Offerors shall not submit a price for the potential six month extension of services period. Evaluation of the six month extension period shall not obligate the Government to exercise the option to extend services. (c) Past Performance will be evaluated based on information obtained using internal systems. Offerors are not required to submit Past Performance information. The Government will use information obtained using other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems. The offeror will either be deemed acceptable or non-acceptable in this area. Any offeror which has no relevant Past Performance will be deemed acceptable. (d) 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. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition under para (b), the following clauses are incorporated: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012), (6) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), (7) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012), (12) 52.219-6 Notice of Total Small Business Aside (Nov 2011), (23) FAR 52.219-28 Post Award Small Business Program Representation (Apr 2012), (26) 52.222-3 Convict Labor (June 2003), (27) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012), (28) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (29) 52.222-26 Equal Opportunity (Mar 2007), (30) 52.222-35 Equal Opportunity for Veterans (Sep 2010), (31) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), (32) 52.222-37 Employment Reports on Veterans (Sep 2010), (33) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), (34) 52.222-54 Employment Eligibility Verification (Jul 2012), (38) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), (42) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), (47) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), and under para (c) the following clauses are incorporated: (1) 52.222-41 Service Contract Act of 1965 (Nov 2007), (4) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009). FAR 52.204-99 System for Award Management Registration (August 2012), FAR 52.209-5 Certification Regarding Responsibility Matters (Apr 2010), FAR 52.209-7 Information Regarding Responsibility Matters (Feb 2012), FAR 52.216-1 Type Of Contract (Apr 1984), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2002) [the fill-in for paragraph (a) is 30 days and 60 days, and paragraph (c) is 42 months], 52.232-18 Availability Of Funds (Apr 1984). FAR 52.233-2 Service Of Protest (Sep 2006), (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mission and Installation Contracting Command (MICC) Center - Fort Sam Houston (FSH), 2205 Infantry Post Road, Building 603 Fort Sam Houston, Texas 78234-1361. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. DFARS 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (June 2012), Army Local Clauses 5152.209-4000 DOD Level I Anti-Terrorism (AT) Standards (Feb 2009) and 5152.233-4000 AMC-Level Protest Program (Sep 2011). FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb1998): 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): http://farsite.hill.af.mil/. FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.201-1 Definitions (Jan 2012), 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (Oct 2010), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.232-1 Payments (Apr 1984), 52.237-3 Continuity Of Services (Jan 1991), 52.242-13 Bankruptcy (Jul 1995), 52.242-15 Stop-Work Order (Aug 1989), 52.245-9, Use And Charges (Apr 2012), 52.246-2 Inspection Of Supplies--Fixed Price, 52.252-6 Authorized Deviations In Clauses, 52.253-1 Computer Generated Forms; DFARS 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, 252.212-7000, Offeror Representations and Certifications- Commercial Items, 252.232-7010 Levies on Contract Payments. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2012), applies to this acquisition under para (a), the following clause is incorporated: FAR 52.203-3 Gratuities (Apr 1984). IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and to maintain active registration status during the entire term of the contract. SAM can be accessed at https://www.sam.gov in accordance with FAR 52.204-7. To be registered in SAM, the offerors must first have a DUNS number (http://fedgov.dnb.com/webform) and CAGE code (https://eportal.nspa.nato.int/AC135PUBLIC/scage/CageList.aspx). The offerors are also required to complete on-line Offeror Representations and Certifications Application (ORCA) in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Any award resulting from this solicitation will include DFARS Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012). Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Please submit all proposals electronically to: Rumiko Shimooka at rumiko.shimooka.civ@mail.mil and Maria D. Cachola at maria.d.cachola.civ@mail.mil no later than 02:00 PM (CST) on/before 21 August 2014. All responsible vendors may submit a price proposal, which shall be considered by the agency. Contracting Office Address: Fort Sam Houston Contracting Office 2205 Infantry Post Road, Bldg 604 Fort Sam Houston, TX 78234-1361 Place of Performance: Fort Sam Houston, Texas Point of Contact(s): Maria D. Cachola, Contracting Officer Fort Sam Houston Contracting Office Email: maria.d.cachola.civ@mail.mil Commercial: (210) 466-2207 Fax: (210) 466-2229 Christopher M. Toste, Contracting Officer Fort Sam Houston Contracting Office Email: christopher.m.toste.civ@mail.mil Commercial: (210) 466-2206 Fax: (210) 466-2229 Rumiko Shimooka, Contract Specialist Fort Sam Houston Contracting Office Email: rumiko.shimooka.civ@mail.mil Commercial: (210) 466-2208 Fax: (210) 466-2229 Attachments: 1. Performance Work Statement (PWS) 2. RFQ CLIN Structures
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f7de0c8a62b062cb4e9bd81b9d46d71b)
- Place of Performance
- Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
- Zip Code: 78234-1361
- Zip Code: 78234-1361
- Record
- SN03455953-W 20140809/140807235917-f7de0c8a62b062cb4e9bd81b9d46d71b (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 |