SOLICITATION NOTICE
U -- Element Leaders Course (Agency Collaboration Training) - RFQ
- Notice Date
- 1/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
- ZIP Code
- 28542
- Solicitation Number
- H92257-15-Q-0032
- Archive Date
- 1/28/2015
- Point of Contact
- Porfirio P. Aragon, Phone: 9104400176
- E-Mail Address
-
porfirio.aragon@usmc.mil
(porfirio.aragon@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION to procure commercial services in accordance with the format in Subpart 12.6 and Part 13.5 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92257-15-Q-0032, and a firm fixed price contract is contemplated. All responsible vendors may submit a quote which shall be considered by the agency. The Government intends to award one contract as a result of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79, 15 Dec 2014 and the DFARS Publication Notice (DPN) 20141211, effective 11 Dec 2014. The proposed acquisition is Set-Aside 100% for small business. The associated North American Industrial Classification System (NAICS) codes for this requirement are 611699 with a size standard of $11 Mil. TYPE CONTRACT. The Government intends to award a single Firm Fixed Price (FFP) type contract as a result of this solicitation. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any or all of the evaluation factors if the original quote is unclear. The contract shall be awarded on an all or none basis, please do not submit partial quotes. All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing, via email, to the Contracting Office. The deadline for submittal of questions regarding this solicitation is 1:00 PM Eastern Standard Time (EST) on 8 Jan 2015. Answers will be provided no later than (NLT) 5:00 PM Eastern Standard Time (EST) on 9 Jan 2015, via solicitation/RFQ amendment. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email to the following point of contact: porfirio.aragon@socom.mil MARSOC (Bldg RR400 - Stone Bay) Attn: G4-Contracting/SSgt Porfirio Aragon PSC Box 20116 Camp Lejeune, NC 28542-0116 Quotes must be received no later than 4:00 PM Eastern Standard Time (EST) on 13 Jan 2015. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be the most advantageous to the Government. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes shall be emailed to MARSOC Contracting office, Attn Porfirio Aragon, G4, porfirio.aragon@socom.mil Section B - Supplies or Services ITEM NO SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Element Leaders Course Inter-Agency Collaboration Training - 15 Day Course (15) Students 1 EACH tiny_mce_marker ___________ tiny_mce_marker _____________ P of P: 26 JAN thru 13 FEB 2015 FFP IAW Attachment #1 - Statement of Work. FOB: Destination Section C - Descriptions and Specifications *Attachment #1 Statement of Work entitled, 3D MSOB Element Leaders Course Inter-Agency Collaboration Training, Quote submission shall be in accordance with Attachment #1 and this document. ***THE BURDEN OF INSURING THE CONTRACTOR'S QUOTES ARE RECEIVED BY THIS OFFICE, WITHIN THE STATED TIMEFRAME, IS THE RESPONSIBILITY OF CONTRACTOR. *** INSPECTION AND ACCEPTANCE POINTS: Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.219-8 Utilization of Small Business Concerns Jan 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity for Veterans, Sep 2010 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov 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 in descending order of importance: (i) Technical - Offeror shall provide training services detailing a course program that shows it meets or exceeds the statement of work. Offeror shall also provide certifications, licenses or other documentation necessary to validate that it meets the requirements. (ii) Past Performance - Offeror shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii) Price -All line items will be reviewed for price reasonableness. All quotes submitted shall be the Contractor's Best Pricing. Submitted quotes must reflect unit prices, extended amounts, and an overall order total. (b) 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. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is MSgt William Watts (910) 440-0875. SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. INVOICING INSTRUCTIONS AND PAYMENT: USMC WIDE AREA WORKFLOW IMPLEMENTATION (MAR 2010) To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUEST (MAR 2007)", the United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. For Vendor Registration Assistance and account activation, please contact the DISA Ogden E-Business Help Desk at 1-866-618-5988 option 2. Step by step procedures to register are available at the https://wawf.eb.mil site. Training for this application is available at http://www.wawftraining.com. Notice to Vendors: Delivery of services to any address other than the delivery address specified in the contract is not authorized without a contract modification signed by the Contracting Officer. Failure to deliver to the address in the contract will result in rejection of invoices and will cause delay in payment. Contract Administrator for this Contract is: TO BE ASSIGNED AFTER AWARD The contractor is directed to use the "2-in-1 format when processing invoices and receiving reports. When entering the invoice into WAWF-RA, the contractor shall fill in the following DoDAAC fields or DoDAAC extensions: Contract Number TO BE ASSIGNED Delivery Order Cage Code/Ext TO BE ASSIGNED Pay DoDAAC M67443 Issue Date TO BE ASSIGNED Issue By DoDAAC H92257 Admin By DoDAAC H92257 Ship To Code/Ext TO BE ASSIGNED Ship From Code/Ext TO BE ASSIGNED LPO DoDAAC "Leave Blank" Acceptor Email Address TO BE ASSIGNED Inspect By DoDAAC/Ext "Leave Blank" In some situations the WAWF-RA system will pre-populate the "Issue By DoDAAC", "Admin By DoDAAC" and "Pay DoDAAC". Contractor shall verify those DoDAACs automatically entered by the WAWF-RA system match the above information. If these DoDAACs do not match, then the contractor shall correct the field(s) and notify the Contracting Officer of the discrepancy (ies). Step by step WAWF-RA invoicing procedures for "Combo," "2-in-1," and "Cost Voucher" are available at the USMC paperless site at http://www.marcorsyscom.usmc.mil/sites/pa/ under "Vendor Interface" section. On the Vendor Interface page click on "WAWF-RA" header at the top of the page. Under downloads on the WAWF-RA page that appears, click the appropriate document either "Combo," "2-in-1," or "Cost Voucher" to download the instructions. Before closing out of an invoice session in WAWF-RA, but after submitting the document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More Email Notification" on the page that appears. Add the acceptor's/receiver's email address (Note this address is their work email address not their WAWF-RA organizational email address) in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. NOTE: The POCs identified above are for WAWF-RA issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or Contract Administrator identified in the contract to whom questions are to be addressed. (End of clause) PROVISIONS INCORPORATED BY REFERENCE FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-15-Q-0032/listing.html)
- Record
- SN03608140-W 20150107/150105233942-c2234ba77ffa6e9527c2eeb7d084dffa (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 |