MODIFICATION
U -- OPTION - Certified Emergency Manager Credentialing
- Notice Date
- 8/13/2015
- Notice Type
- Modification/Amendment
- Contracting Office
- 561 Iowa Avenue, Ft. Leonard Wood, MO 65473
- ZIP Code
- 65473
- Solicitation Number
- W911S7-15-T-0122
- Response Due
- 8/20/2015
- Archive Date
- 2/16/2016
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- CANCELLATION NOTICE: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 W911S7-15-T-0122 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 2005-83-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699 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 2015-08-20 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT LEONARD WOOD, MO 65473 The MICC Fort Leonard Wood requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 08/24/2015 - 08/23/2016 LI 001: Test Exam Fee. A minimum quantity of 1 and a maximum quantity of 50 (up to a maximum quantity of 25 per session in March and September). Allows Soldiers the opportunity to become Certified Emergency Managers in accordance with Department of Defense (DOD) Directive 1322.29, Job Training, Employment Skills Training, Apprenticeships, and Internships (JTEST-AI) for Eligible Service Members, January 24, 2014, and Army directive 2014-XX implementation guidance for Credentialing and Career Skills Preparation (CSP) programs., 50, EA; LI 002: Conduct Emergency Manager Preparatory Course and Proctor Exam. Building number and room number(s) will be provided to the Contractor. The preparatory course and exams will be conducted at Fort Leonard Wood, Missouri twice per year in March and September. Dates and times to be coordinated between the contractor and contracting officer's representative. Orders will be issued on individual delivery orders., 2, EA; LI 003: Travel. The Contractor shall be expected to travel to Fort Leonard Wood to conduct the preparatory course and exam not to exceed $. The Contractor shall be reimbursed by the Government IAW FAR 31.205-46 for reasonable, allowable and allocable travel, lodging, meal(s), and incidental expenses incurred for travel pursuant to this PWS. The Federal Travel Regulation (FTR) is available at http://www.gsa.gov/FTR. No additional reimbursement shall be sought by the Contractor or paid by the Government. The Contractor shall provide NLT five (5) business days after the travel all supporting travel expense documentation (including all receipts) to the COR along with a written summary of the time, purpose, and destination of the travel, any training problems noted, accomplishments, resolutions achieved, and issues still outstanding. No other travel will be reimbursed by the Government. Any travel to locations other than set out below would require a modification to this Task Order., 2, EA; Option 1 Period of Performance: 08/24/2016 - 08/23/2017 LI 001: Test Exam Fee. A minimum quantity of 1 and a maximum quantity of 50 (up to a maximum quantity of 25 per session in March and September). Allows Soldiers the opportunity to become Certified Emergency Managers in accordance with Department of Defense (DOD) Directive 1322.29, Job Training, Employment Skills Training, Apprenticeships, and Internships (JTEST-AI) for Eligible Service Members, January 24, 2014, and Army directive 2014-XX implementation guidance for Credentialing and Career Skills Preparation (CSP) programs., 50, EA; LI 002: Conduct Emergency Manager Preparatory Course and Proctor Exam. Building number and room number(s) will be provided to the Contractor. The preparatory course and exams will be conducted at Fort Leonard Wood, Missouri twice per year in March and September. Dates and times to be coordinated between the contractor and contracting officer's representative. Orders will be issued on individual delivery orders., 2, EA; LI 003: Travel. The Contractor shall be expected to travel to FLW to conduct the preparatory course and exam. The Contractor shall be reimbursed by the Government IAW FAR 31.205-46 for reasonable, allowable and allocable travel, lodging, meal(s), and incidental expenses incurred for travel pursuant to this PWS. The Federal Travel Regulation (FTR) is available at http://www.gsa.gov/FTR. No additional reimbursement shall be sought by the Contractor or paid by the Government. The Contractor shall provide NLT five (5) business days after the travel all supporting travel expense documentation (including all receipts) to the COR along with a written summary of the time, purpose, and destination of the travel, any training problems noted, accomplishments, resolutions achieved, and issues still outstanding. No other travel will be reimbursed by the Government. Any travel to locations other than set out below would require a modification to this Task Order., 2, EA; Option 2 Period of Performance: 08/24/2017 - 08/23/2018 LI 001: Test Exam Fee. A minimum quantity of 1 and a maximum quantity that shall not exceed 50 (up to a maximum quantity of 25 per session in March and September). Allows Soldiers the opportunity to become Certified Emergency Managers in accordance with Department of Defense (DOD) Directive 1322.29, Job Training, Employment Skills Training, Apprenticeships, and Internships (JTEST-AI) for Eligible Service Members, January 24, 2014, and Army directive 2014-XX implementation guidance for Credentialing and Career Skills Preparation (CSP) programs., 50, EA; LI 002: Conduct Emergency Manager Preparatory Course and Proctor Exam. Building number and room number(s) will be provided to the Contractor. The preparatory course and exams will be conducted at Fort Leonard Wood, Missouri twice per year in March and September. Dates and times to be coordinated between the contractor and contracting officer's representative. Orders will be issued on individual delivery orders., 2, EA; LI 003: Travel. The Contractor shall be expected to travel to FLW to conduct the preparatory course and exam. The Contractor shall be reimbursed by the Government IAW FAR 31.205-46 for reasonable, allowable and allocable travel, lodging, meal(s), and incidental expenses incurred for travel pursuant to this PWS. The Federal Travel Regulation (FTR) is available at http://www.gsa.gov/FTR. No additional reimbursement shall be sought by the Contractor or paid by the Government. The Contractor shall provide NLT five (5) business days after the travel all supporting travel expense documentation (including all receipts) to the COR along with a written summary of the time, purpose, and destination of the travel, any training problems noted, accomplishments, resolutions achieved, and issues still outstanding. No other travel will be reimbursed by the Government. Any travel to locations other than set out below would require a modification to this Task Order., 2, 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 Leonard Wood 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 Leonard Wood 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. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) to clientservcies@fedbid.com, so that they are received at that email address no later than the closing date and time for this solicitation. 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following DFARS clauses apply to this solicitation: 252.204-7004 252.211-7003 252.232-7003 252.212-7001 Blocks to check _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (1) _X__252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (5) _X_ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (23)(i) ___ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _X_ Alternate III (MAY 2002) of 252.247-7023. (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: Lowest price technically acceptable (b) Options. 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). (c) 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. (End of provision) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (End of provision) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.212-5 Blocks to check (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (19) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (23) If over 10K (33) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (41) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (a) Definitions. As used in this clause: ?Executive? means officers, managing partners, or any other employees in management positions. ?First-tier subcontract? means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractor?s general and administrative expenses or indirect cost. ?Total compensation? means the cash and noncash dollar value earned by the executive during the Contractor?s preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000. (b) Section 2(d)(2) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. 109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110-252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public. (c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at http://www.fsrs.gov for each first-tier subcontract. (The Contractor shall follow the instructions at http://www.fsrs.gov to report the data.) (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor?s parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (vi) Subcontract number (the subcontract number assigned by the Contractor). (vii) Subcontractor?s physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (viii) Subcontractor?s primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district. (ix) The prime contract number, and order number if applicable. (x) Awarding agency name and code. (xi) Funding agency name and code. (xii) Government contracting office code. (xiii) Treasury account symbol (TAS) as reported in FPDS. (xiv) The applicable North American Industry Classification System code (NAICS). (2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractor?s preceding completed fiscal year at http://www.ccr.gov, if? (i) In the Contractor?s preceding fiscal year, the Contractor received? (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first-tier subcontractor for the subcontractor?s preceding completed fiscal year at http://www.fsrs.gov, if? (i) In the subcontractor?s preceding fiscal year, the subcontractor received? (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) (d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards. (2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor. (e) Phase-in of reporting of subcontracts of $25,000 or more. (1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more. (2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more. (3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more. Any contract award document will incorporate the following FAR clauses: 52.204-7, System for Award Management; FAR 52.212-1, Instructions to Offerors-Commercial Items; Far 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.212-5 to include the following: FAR 52.203-6, Alternate I; FAR 52.219-6, FAR 52.219-27, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-40, FAR 52.223-18, FAR 52.225-13, and FAR 52.232-33. Any contract award document will incorporate the following : DFARS 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law- Fiscal Year 2013 Appropriations (Deviation 2013-O0010) (April 2013), DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013), DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009), DFARS 252.204-7006, Billing Instructions (Oct 2005), DFARS 252.223-7008 Prohibition of Hexavalent Chromium (June 2013),DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012), DFARS 252.232-7010, Levies on Contract Payments (December 2006), DFARS 252.243-7001 Pricing of Contract Modificaitons (December 1991), DFARS 252.246-7000 (March 2008) 252.225-7002 Qualifying Country Sources as Subcontractors. Vendors must use NAICS Code 611430 orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from __________ through ____________ [insert dates]. ) Completed at time of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than a quantity of 1 per CLIN, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of a quantity of 50 per CLIN; (2) Any order for a combination of items in excess of a quantity of 50 per CLIN; or (3) A series of orders from the same ordering office within 1 day that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract on orders received after _________________ [insert date]. Complete at time of award. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8acd6c3c7951bd9f85a205132c182be1)
- Place of Performance
- Address: FORT LEONARD WOOD, MO 65473
- Zip Code: 65473
- Zip Code: 65473
- Record
- SN03837478-W 20150815/150813235531-8acd6c3c7951bd9f85a205132c182be1 (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 |