Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2014 FBO #4761
SOLICITATION NOTICE

U -- Advanced Civil Information Management Training

Notice Date
12/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Macomb, Bragg, NC 28307
 
ZIP Code
28307
 
Solicitation Number
W91247-15-T-WY01
 
Response Due
12/11/2014
 
Archive Date
6/9/2015
 
Point of Contact
Name: Michelle Wynn, Title: Purchasing Agent, Phone: 9109083462, Fax:
 
E-Mail Address
michelle.j.wynn.civ@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
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.The solicitation number is W91247-15-T-WY01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-78. The associated North American Industrial Classification System (NAICS) code for this procurement is 611420 with a small business size standard of $11.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-12-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: FFP: The Contractor shall provide Advanced Civil Information Management (CIM) Distance Learning (DL,), Advanced CIM Resident Training, and Advanced CIM Situational Training Exercise (STX) in accordance with the Performance Work Statement (PWS). FOB Destination, 12, EA; LI 002: FFP: The Contractor shall possess (or will develop within 15 days of contract award) a program of instruction that instructs CIM techniques in accordance with the US Army Forces Command (FORSCOM) directive: ?US Army Forces Command Regionally Aligned Forces (RAF) Training Requirements.? Proposed CIM training must include the integration of Joint Civil Information Management (JCIM) forms with the AXIS Pro tool set, and must build efficiencies that support trans-regional awareness and development for the supported Geographic Combatant Commands (GCCs)in accordance with the Performance Work Statement (PWS). FOB Destination, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The applicable NAICS code for this procurement is 611420 with the related size standard of 10,000 Employee. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote nonresponsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 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. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. 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): http://farsite.hil.af.mil and/or http://www.acqnet.gov/far. Authorized under FAR Subpart 13.5, Test Procedures for Certain commercial Items, simplified procedures will be used to evaluate offer and award this requirement. The Government will award only one contract to the responsible offeror whose technically acceptable proposal resulting from this solicitation represents the lowest price to the Government. The following factors shall be used to evaluate offers: Technical and Price. The Government will evaluate the technical submission to ensure it is acceptable. To be determined technically acceptable an Offeror?s proposal must demonstrate it clearly meets the minimum requirements of the solicitation. Price will not be assigned an adjectival rating. Price will be evaluated to determine if the offerors proposed price is fair, reasonable, and balanced utilizing price analysis techniques in accordance with the guidelines in FAR 13.106-2 and FAR 13.106-3. To be viable for award, a responder?s price must be determined fair and reasonable. The Government will evaluate the price by adding the total price for Contract Line Item Numbers (CLINs), and comparing the total price proposed for all of the proposals found to be technically acceptable. The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, ?Insurance--Work on a Government Installation.? Workmen?s Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND:AMOUNT: Employer?s Liability Insurance$100,000 Comprehensive General Liability$50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage$20,000 per occurrence Contracting Officer's Award Determination: Will be based on lowest price technically acceptable conforming to the requirements of this solicitation. If all technical factors are not met then the offerors quote will be deemed technically unacceptable and therefore not considered for award. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. Quote MUST be good for 30 calendar days after submission 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) (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Evaluation criteria: a. Contractor shall demonstrate the ability to provide a thorough Program of Instruction, based on appropriate doctrine, consisting of DL, classroom, and Situational Training Exercise (STX) training, and demonstrate possession of or ability to acquire sufficient resources to meet Performance Work Statement (PWS) requirements,in accordance with the PWS. b. Contractor shall demonstrate the ability to provide a Distance Learning (DL) phase consisting of sixteen (16) hours of training, in accordance with (IAW) PWS requirements, and to track student progress through DL phase and provide a testing mechanism for each DL training module,in accordance with the PWS. c. Contractor shall demonstrate the ability to provide classroom instruction for twenty (20) students per class at a 10 to 1 student to instructor ratio, to include necessary practical exercises and handouts/student guides, and to provide instruction and familiarization on Civil Information Management (CIM) subjects, including the CIM process and cycle, integration of CIM into Army planning cycles, CI collection, and Exploration of Information Sources Professional (AXIS-Pro) functions,in accordance with the PWS. d. Contractor shall demonstrate the ability to provide an STX focused on the collective task of CIM, including a ?road to war? scenario and background information, STX vignettes, and scenario injects to force progression through STX and utilize skills gained in classroom training, and to ensure the STX provides the mechanism to demonstrate a comprehensive understanding of the CIM process, information cycle, integration into Army planning cycles and utilization of AXIS Pro,in accordance with the PWS. f. The Contractor shall demonstrate/possess a minimum of one (1) year instructional experience in computers (networked internally) with the following software for training: Microsoft Office products, Analysis and Exploration of Information Sources Professional (AXIS Pro), and ArcGIS (with required maps for practical exercises and Situational Training Exercises (STX)), or at least two (2) years of work related experience in said areas,in accordance with the PWS. g. The Contractor shall demonstrate/possess capabilities associated with teaching skills that include the ability to conceptualize and deliver course content via distance education, as well as conducting onsite training,in accordance with the PWS. h. The Contactor shall present an approach for developing a programming of instruction that integrates the Joint Civil Information Management (JCIM) forms with the AXIS Pro tool set, and that builds efficiencies that support trans-regional awareness and development for the supported Geographic Combatant, in accordance with the PWS. Pricing shall be submitted under the Line Items section on FedBid.com The proposed price will be evaluated in accordance with FAR 13.106-3, with price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable. All offers must be submitted via FedBid.com in order to be considered for award. Questions shall be submitted on FedBid.com using the "Submit Question" feature Questions will not be accepted after 10 November 2014. Seller must be registered under NAICS 611420.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1be358000551fe1a2da72c47ec1c04c4)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03589267-W 20141207/141205234948-1be358000551fe1a2da72c47ec1c04c4 (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.