Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2015 FBO #4844
MODIFICATION

99 -- The U.S. Army Contracting Command-Warren (ACC-WRN) has a requirement to procure 30 and 40 level Technical Manuals (TM) and Programs of Instruction (POI) for the Mobile Strike Force Vehicle (MSFV).

Notice Date
2/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
511199 — All Other Publishers
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-14-R-0338
 
Response Due
3/6/2015
 
Archive Date
4/19/2015
 
Point of Contact
ROBERT L. ALLEN, , Warren ACC IDQ,
 
E-Mail Address
Robert.l.allan564.civ@mail.mil, usarmy.detroit.acc.mbx.wrn-idq@mail.mil
(Robert.l.allan564.civ@mail.mil, usarmy.detroit.acc.mbx.wrn-idq@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. Solicitation number W56HZV-14-R-0338 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 (29 Jan 2015). This solicitation is a Total Small Business Set-Aside (SBSA). The associated North American Industrial Code System (NAICS) code is 511199 and the small business size is 500 employees. The U.S. Army Contracting Command-Warren (ACC-WRN) has a requirement to procure 30 and 40 level Technical Manuals (TM) and Programs of Instruction (POI) for the Mobile Strike Force Vehicle (MSFV). The MSFV is a 4X4 armored tactical vehicle that provides ballistic protection to the crew compartment, weapon station, and an ammunition storage area. The Government's requirement includes development of a series of 12 non-authenticated Military Style TMs and POI, with Student and Instructor guides, translated into Dari and Pashtu. A list and description of attachments are included in TABLE 1. The required TM types and POI, quantities and language specifications are listed in TABLE 2. TABLE 1: Attachments # Description 0001 CLIN Structure 0002 Sample Translation 0003 Statement of Work TABLE 2: Total Technical Manuals/POI (Unit: Each) Quantities Qty Description 1 MSFV 30 Level Maintenance Manual - English 1 MSFV 30 Level Maintenance Manual - Dari/Pashtu 1 MSFV 40 Level Maintenance Manual - English 1 MSFV 40 Level Maintenance Manual - Dari/Pashtu 1 MSFV 30 Level Program Of Instruction (POI) - English 1 MSFV 30 Level Program Of Instruction (POI) - Dari/Pashtu 1 MSFV 40 Level Program Of Instruction (POI) - English 1 MSFV 40 Level Program Of Instruction (POI) - Dari/Pashtu 1 MSFV Program Of Instruction (POI) Instructor Guide - English 1 MSFV Program Of Instruction (POI) Instructor Guide - Dari/Pashtu 1 MSFV Program Of Instruction (POI) Student Guide - English 1 MSFV Program Of Instruction (POI) Student Guide - Dari/Pashtu Table 3: EXHIBITS Description 0001 Contract Data Requirement Lists (CDRLs) (A001 - A010) NSP Place of Delivery: deliverables to be submitted on CD and Hard Copy under this contract shall be delivered to: PdM Allied Tactical Vehicles 6501 E. 11 Mile Road Warren, MI 48397-5000 Bldg. 231; Mailstop: 418 Period of Performance: Technical Manuals and Program of Instruction (POI) will be required 365 days after award. FOB Destination will apply (FAR 52.247-29). The Government's inspection and acceptance of the supplies will be at Destination. The following FAR clauses apply to this acquisition and are in addition to those mentioned above in Federal Acquisition Circular 2005-78 (26 Dec 2014): FAR clause 52.212-1 Instructions to Offerors -- Commercial Items FAR clause 52.212-3, Offeror Representation and Certifications-Commercial Items. Offerors must include a complete copy with offer. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items FAR clause 52.204-4022, REQUIREMENT FOR AN OPSEC STANDING OPERATION PROCEDURE/PLAN FAR clause 52.215-4400, Army Information Security (IS) Requirement (MAR 2013) LOCAL WARREN clause, 52.209-4025 Notice of Training Opportunities at the Detroit Arsenal (MAR 2013) LOCAL WARREN clause, 52.204-4021 CONTRACTOR EMPLOYEES WHO REQUIRE ACCESS TO GOVERNMENT INFORMATION SYSTEMS JUN/2012 - WARREN DFARS clause, 252.239-7001 Information Assurance Contractor Training and Certification (JAN 2008) FAR clause, 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR clause, 52.204-4022 Requirement for an OPSEC Standing Operating Procedure/Plan (JAN 2014) FAR clause, 52.209-4023 OPSEC Training Requirement (JUN 2012) a. The contractor is subject to provisions of the TACOM LCMC OPSEC Standing Operating Procedures (SOP/Plan), per AR 530-1, Operations Security. This SOP/Plan specifies the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. b. The contractor will receive a copy of the SOP/Plan at time of award. Local form STA Form 7114 (or similar) will be used to document and record security OPSEC reviews which are conducted by G2, TACOM LCMC or individual organizations supporting OPSEC Officers. c. The contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure that this individual is OPSEC Level I. FAR clause 52.209-4025, NOTICE OF TRAINING OPPORTUNITIES AT THE DETROIT ARSENAL - The contractor is notified that in accordance with training requirements required in the performance of this solicitation, and subsequent contract, that the G2 Office of TACOM LCMC can provide the following training upon request to contracting personnel. This opportunity is extended to all contractor personnel performing at the Detroit Arsenal and TACOM LCMC Organizations, including Selfridge Air National Guard Base. Training is available for AT/OPSEC requirements including but not limited to: iWatch Training, Annual Security Training, and OPSEC Training as part of Annual Security training. Contractors should make requests for training to the buyer listed on this solicitation and contract. FAR clause, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. FAR clause, 52-245-1, Government Property The DPAS rating for this acquisition is DOA4. SECTION L - INSTRUCTIONS TO OFFERORS: L.1 PROPOSAL INSTRUCTIONS: Each proposal shall be submitted separately and accompanied by a separate electronic cover letter (letter of transmittal), which is to be included in each proposal as submitted through the Army Single Face to Industry (ASFI) bid response system to identify all enclosures being transmitted with the proposal. Extreme care and attention should be given to ensure that all necessary items are included in each proposal. L.1.1 CLAUSE FILL- INS: Some clauses require the offeror to fill in information. The Offeror must submit a completed copy of clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its proposal. L.2 Sample Translation (ST): The offeror shall translate into Dari and Pashtu and submit with its proposal the ST (Attachment 0002). Failure to complete and submit the ST will render an offer ineligible for award. L.3 PRICE INFORMATION: The Offeror shall legibly fill-in, in U.S. Dollars, the Unit Price column and the total Amount column for all CLIN numbers 0001AA - 0006AB (Attachment 0001). SECTION M - EVALUATION M.1 FAR clause 52.212-2, Evaluation - Commercial Items (a) The Government will evaluate proposals in accordance with FAR 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items). Award of a contract resulting from this solicitation shall be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate the Sample Translation submitted by the offeror with the lowest evaluated price. The Sample Translation will be evaluated on an acceptable/unacceptable basis. If the Sample Translation from the low offeror is evaluated as acceptable, the evaluation will stop and the Government will make award. If the Sample Translation from the offeror with the lowest evaluated price is determined to be unacceptable, then the Government will evaluate the Sample Translation for the next lowest priced proposal. Unless the Government determines it is in its best interests to conduct discussions, the Government will follow this process until the lowest priced proposal with an acceptable Sample Translation is identified. (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. M.2 DISCUSSIONS: In accordance with FAR clause 52.212-1(g), the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical capability standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. In addition, the Government reserves the right, without entering discussions, to request additional information necessary to support the Offeror's price in order to determine price reasonableness. Offers are due no later than 6 Mar 2015, 1600 hours local time Warren, MI. Proposals must be submitted electronically to Robert Allen at robert.l.allen564.civ@mail.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8bd18ca45c30a369e169e269cdddb988)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN03653047-W 20150228/150226234902-8bd18ca45c30a369e169e269cdddb988 (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.