Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2014 FBO #4765
MODIFICATION

R -- English as Second Language

Notice Date
12/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
611630 — Language Schools
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ15T0011
 
Response Due
12/16/2014
 
Archive Date
2/7/2015
 
Point of Contact
Anuresh Chand, 7195240543
 
E-Mail Address
MICC - Fort Carson
(anuresh.a.chand.mil@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 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. This is a combined synopsis/solicitation for commercial service 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. Quotations are requested and a written solicitation will not be issued. Quotations shall reference solicitation number W911RZ-15-T-0011. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. The Mission and Installation Contracting Command-Fort Carson intends to award a firm-fixed-price contract for a contractor to assist Fort Carson soldiers and family members in completing self paced computer Rosetta Stone language programs to include English, German, Italian, Korean, and Spanish in accordance with Performance Work Statement (PWS) and Technical Exhibit (TE) 1. The contractor shall be responsible for providing Army soldiers and their dependants with naturalization and immigration resource information and assistance with naturalization and immigration issues and processes in accordance with PWS. The North American Industrial Classification System (NAICS) code for this procurement is 611630 with a size standard of $11M. This is a small business acquisition and all qualified small business vendors may provide a quotation. The Contractor shall propose the following Contract Line Item Numbers (CLIN): CLIN 0001 Base Period: 17 January 2015 through 16 January 2016;QTY: 12 Months Description: Program Coordinator; Rosetta Stone Language and Naturalization and Immigration Programs at Fort Carson in accordance with the PWS, dated October 21, 2014. $ ________ (per month) x 12 Months = CLIN 0001 Total Price: $ ______________ CLIN 0002 Base Period: 17 January 2015 through 16 January 2016; QTY: 1 Each Description: Contract Manpower Reporting in accordance with the PWS, dated October 21, 2014. If there is no charge for CLIN 0002, please state that. $ ________ (per year) x 1 Each = CLIN 0002 Total Price: $ ______________ Base Period Total Price: $_______________ CLIN 1001 Option Period 1: 17 January 2016 through 16 January 2017; QTY: 12 Months Description: Program Coordinator; Rosetta Stone Language and Naturalization and Immigration Programs at Fort Carson in accordance with the PWS, dated October 21, 2014. $ ________ (per month) x 12 Months = CLIN 1001 Total Price: $ ______________ CLIN 1002 Option Period 1: 17 January 2016 through 16 January 2017; QTY: 1 Each Description: Contract Manpower Reporting in accordance with the PWS, dated October 21, 2014. If there is no charge for CLIN 1002, please state that. $ ________ (per year) x 1 Each = CLIN 1002 Total Price: $ ______________ Option Period 1 Total Price: $_______________ TOTAL PRICE FOR ALL CLINS: $______________ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions) is applicable to this acquisition and is included in paragraphs b, c and d below. 52.212-2 (Evaluation - Commercial Items) is applicable to this acquisition and is included in paragraphs a below. 52.212-3 (Certifications & Representation) 52.212-3 with Alt I (Offeror Representation and Certification-Commercial Items) 52.222-22 Previous Contracts and Compliance Reports 52.237-1 Site Visit (Work on Government Installation) 252.225-7031 (Secondary Arab Boycott of Solicitations) 252.209-79999 Deviation 2012-O0004 Representation By Corp Regarding an Unpaid Delinquent Tax liability Clauses: 52.204-99 (Dev) System for Award Management Registration (Deviation) 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. 52.212-4 Contract Terms and conditions- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.217-8 Option To Extend Services: The Government may require continued performance of any services within the limits and at the rates specified in this 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 maybe exercised once, and the total extension of performance hereunder shall not exceed six months. The Contracting Officer may exercise the option by written notice to the contractor within 10 days of contract expiration. 52.217-9 Option To Extend the Term of The Contract: The Government may extend the term of this contract by written notice to the contractor within and no later than 15 days before contract expiration; provided the Government gives the contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of options under this clause shall not exceed two years and six months. 52.219-28 Post Award Small Business Program Representation: The contractor represents it ( ) is, ( ) is not, a small business concern under NAICS 611630. 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965, WDOL 05-2079, Revision 15 dated 25 July 2014; Occupation Code: 15090 - Technical Instructor 52.222-42 Statement of Equivalent Rates for Federal Hires: In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C 5341 or 5332. This statement is for information only; it is not a wage determination: Employee Class: Instructor-1712, GS-07, $19.40-21.28/hour 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.239-1 Privacy or Security Safeguards 52.252-2 Clauses Incorporated By Reference 252.201-7000 Contracting Officer's Representative 252.204-7003 Control Of Government Personnel Work Product 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Central Contractor Registration Alt A 252.212-7001 Contract Terms and Conditions Required To Implement Statues or Executive Orders 252.225-7001 Buy American Act and Balance of Payment Program 252.232-7003 Electronic submission of Payment Requests and Receiving Reports 252.232-7007 Limitation of Government's Obligation, ALT 1: 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 5152.209-4000 Department of Defense Anti-Terrorism (AT) Standards 5152.233-4000 Headquarters Army Material Command Level Protest Program 52.232-99 Class Deviation-Providing Accelerated Payment to Small Business Subcontractors 252.225-7002 Qualifying Country Sources as Subcontractors Wage Determination #2005-2079 (Rev.-15), dated 07/25/2014 is applicable to this solicitation and award. See: http://www.wdol.gov website for this entire Wage Determination. (a) The Government will award a contract resulting from this solicitation to the responsive offeror whose offer confirming to this solicitation will be the most advantageous to the Government. The factors used to evaluate offers will be (1) price, (2) compliance with the requirements listed in paragraph five of the PWS and (3) past performance. 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). Offeror's shall submit with their quotation copies of the certification listed in paragraph five of the PWS. Past performance will be evaluated as part of the responsibility determination required by FAR 9.103. The contractor shall submit up to three of its most recent and relevant past performance references with its quotation. Recent is defined as occurring within the last three years from the closing date of this solicitation. Relevant is defined as being of a similar scope as the current requirement. The contractor shall include the following for each reference: a point of contact name, phone number, scope of the contract, contract value and period of performance. The Government may obtain past performance information from any source and is not limited to the information provided by the contractor. Unfavorable past performance information occurring within the last three years from the closing date of this solicitation and obtained during the post solicitation phase of this acquisition will result in a contractor being eliminated from consideration for award. Failure of a vendor to be in compliance to provide MICC Fort Carson with documents noted in paragraph five of the PWS will result a contractor being eliminated from consideration for award. (b) To be eligible for an award, contractor shall be registered in the System for Award Management (SAM) database. A contractor can contact the SAM by calling 1-866-606-8220 or e-mail at http://www.fsd.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. All questions or inquires concerning this solicitation shall be submitted via e-mail to SSG Chand, Anuresh, anuresh.a.chand.mil@mail.mil, and Ms. Angela Arwood, angela.r.arwood.civ@mail.mil, no later than 2:00 p.m. Mountain Time Zone on December 9, 2014. Quotations shall be emailed to anuresh.a.chand.mil@mail.mil and angela.r.arwood.civ@mail.mil not later than 2:00 p.m. Mountain Time Zone on December 16, 2014. MICC-Fort Carson will not accept telephone or facsimile inquiries or quotations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b147f72b30880eff0349083eb4cc428)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN03590911-W 20141211/141209234405-0b147f72b30880eff0349083eb4cc428 (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.