Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOLICITATION NOTICE

U -- Team Commanders Course - RFQ H9225715Q0191

Notice Date
8/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
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
H9225715Q0191
 
Archive Date
9/12/2015
 
Point of Contact
Porfirio P. Aragon, Phone: 9104400775
 
E-Mail Address
porfirio.aragon@socom.mil
(porfirio.aragon@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Combined Synopsis/Solicitation Combined Synopsis/Solicitation (Team Commanders Course) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 and Part 13, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation # H92257-15-Q-0191 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-82, Effective June 8th, 2015 and DPN 20150602. The North American Industry Classification System Code (NAICS) is 611699. The size standard is $10 million. FSC is U099. This is a restricted purchase set-aside for 100% Small Business Concerns. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This contract will be based on Best Value; price and non-priced factors considered. Contract Financing will NOT be provided for this acquisition. TYPE OF CONTRACT. The Government intends to award a single Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) 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 (1) final quote only; this includes any discounts on volume. Quoters 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 12:00 PM Eastern Standard Time (EST) on 17 August 2015. Answers will be provided no later than (NLT) 1:00 PM Eastern Standard Time (EST) on 19 August 2015, via solicitation/RFQ amendment. No direct discussion between the technical representative and a prospective quoter 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 (910-440-0775) Quotes must be received no later than 4:00 PM Eastern Standard Time (EST) on 28 August 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 quoter whose quote is conforming to the solicitation and will be the most advantageous to the Government. The prospective quoter must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The quoter agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes shall be emailed to: Porfirio.Aragon@socom.mil Vendors are required to register or update their registration on the System for Award Management website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes are submitted *** For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Quoters are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Quoters are responsible for allowing adequate time for transmission to be completed. The quoter bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. Section B - Supplies or Services ITEM NO SUPPLIES/SERVICES EST. QTY UNIT UNIT PRICE AMOUNT 0001 Team Commanders Course 3 EACH Base Year P of P: 1 Sep 15- 31 Aug 16 FFP IAW Attachment #1 - Statement of Work. FOB: Destination ITEM NO SUPPLIES/SERVICES EST. QTY UNIT UNIT PRICE AMOUNT 1001 Team Commanders Course 3 EACH Option Year One P of P: 1 Sep 16- 31 Aug 17 FFP IAW Attachment #1 - Statement of Work. FOB: Destination ITEM NO SUPPLIES/SERVICES EST. QTY UNIT UNIT PRICE AMOUNT 2001 Team Commanders Course 3 EACH Option Year Two P of P: 1 Sep 17- 31 Aug 18 FFP IAW Attachment #1 - Statement of Work. FOB: Destination ITEM NO SUPPLIES/SERVICES EST. QTY UNIT UNIT PRICE AMOUNT 3001 Team Commanders Course 3 EACH Option Year Three P of P: 1 Sep 18- 31 Aug 19 FFP IAW Attachment #1 - Statement of Work. FOB: Destination ITEM NO SUPPLIES/SERVICES EST. QTY UNIT UNIT PRICE AMOUNT 4001 Team Commanders Course 3 EACH Option Year Four P of P 1 Sep 19- 31 Aug 20 FFP IAW Attachment #1 - Statement of Work. FOB: Destination Section C - Descriptions and Specifications See attachment #1 Statement of Work entitled, MARSOC Team Commanders Course SOW dtd 8/7/15 Quote submission shall be in accordance with Attachment's #1 and this document. 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 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government PROVISIONS INCORPORATED BY REFERENCE: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-10 Price or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-7 System for Award Management JUL 2013 52.204-16 Commercial and Government Entity Code Reporting NOV 2014 52.204-18 Commercial and Government Entity Code Maintenance NOV 2014 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation DEC 2014 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.217-3 Evaluation Exclusive Of Options APR 1984 52.217-5 Evaluation Of Options JUL 1990 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan. MAR 2015 52.223-6 Drug-Free Workplace MAY 2001 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-9 Limitation On Withholding Of Payments APR 1984 52.232-17 Interest MAY 2014 52.232-23 Assignment Of Claims MAY 2014 52.233-1 Disputes MAY 2014 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (APR 1984) AUG 1987 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-25 Limitation of Liability - Services FEB 1997 52.249-8 Default APR 1984 52.252-5 Authorized Deviations in Provisions APR 1984 52.252-6 Authorized Deviations in Clauses APR 1984 252.204-7003 252.204-7012 Control of Government Personnel Work Product Safeguarding of Unclassified Controlled Tech Information Apr 1992 Nov 2013 252.209-7002 Disclosure of Ownership or Control by a foreign Government Jun 2010 252.225-7012 Preference For Certain Domestic Commodities Feb 2013 252.232-7010 Levies on Contract Payments Dec 2006 252.243-7002 Requests for Equitable Adjustments Dec 2012 252.247-7023 Transportation of Supplies by Sea Apr 2014 5652.233-9000 Independent Review of Agency Protests Sep 2013 5652.237-9000 Contractor Personnel Changes Jan 1998 5652.252-9000 Notice of Incorporation of Section K JAN 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at www.sam.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate quotes in descending order of importance: (i) Technical - Quoters shall provide a detailed quote response that shows it meets the statement of work for the Team Commander course. Quoters shall also provide certifications, licenses or other documentations necessary to validate that it meets the requirements. Quoters are required to submit a resume for their proposed instructors. Quoters shall also submit proposed syllabus for review. Failure to submit the resumes or syllabus shall consider the quoters quote "non-responsible" (ii) Past Performance - Quoters shall provide name, title, and phone number of principal for no less than three (3) prior or current contracts/agreements for similar scoped projects performed during the previous three (3) years. To be technically acceptable, the submitting quoter must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each quoters 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. Pricing shall depict a per course price. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) 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 "COMBO" 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 M20910 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, from the above table/clause (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; please include the Contracting Officer/Contract Administrator, GySgt Stanke (Nicholas.Stanke@socom.mil). 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H9225715Q0191/listing.html)
 
Place of Performance
Address: Camp Lejeune, North Carolina, 28546, United States
Zip Code: 28546
 
Record
SN03828759-W 20150809/150807234822-a4c35633599005246e7e86d6175a9105 (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.