SOLICITATION NOTICE
B -- Instrumentable - Multiple Integrated Laser Engagement System (MILES) Program Analyst - FAR Addendum 52.212-1, 52.212-2 - PWS - Delivery Schedule
- Notice Date
- 4/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-16-T-0001
- Archive Date
- 5/27/2016
- Point of Contact
- John H Meyers, Phone: 7575018152, Rhoda C. Harrison-Spence, Phone: 7575018199
- E-Mail Address
-
john.h.meyers8.civ@mail.mil, rhoda.c.harrison-spence.civ@mail.mil
(john.h.meyers8.civ@mail.mil, rhoda.c.harrison-spence.civ@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- CLIN Structure and Delivery Schedule Miles Performance Work Statement Evaluation Factors Instructions to Offerors Combined Synopsis/Solicitation For Instrumentable - Multiple Integrated Laser Engagement System (I-MILES) Program Analyst, TRADOC Capability Manager-Live (TCM Live) Army Training Support Center (ATSC) Fort Eustis, Virginia 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 announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The Mission and Installation Contracting Command (MICC) Fort Eustis, VA intends to procure non personal services to review and analyze I-MILES policy, program, and requirements documents for validity, accuracy, completeness, and recommend revision. Specifically: • Review and provide recommended revisions to I-MILES Basis of Issue Plans (BOIP), Integrated Logistics Support Plans (ILSP), Materiel Fielding Plans (MFP), Training Support Products, and Technical Manuals (e.g., Pocket Guides, Operator Manuals and Maintenance Manuals). • Analyze and develop TESS requirements, capabilities, and gap assessment documents that provide the coherent strategy and integrated mechanisms for consolidating the current TESS requirements into a configurative approach that will include broad and comprehensive range of TESS requirements (Individual Soldier, Combat Vehicle, and CS/CSS Vehicle). The contractor shall use data from previous analyses to assist in the development and refinement of TESS BOI requirements and stationing recommendations. • Make recommendations on alignment and/or rework of requirements based upon user input to TESS enablers. • Provide information briefings on TESS Training Systems analyses, requirements, and gap assessments to the COR and TCM Live leadership as required. When representing TCM Live, the contractor will provide written records of meetings, conferences, working groups and briefing for review by the appropriate action officer or COR. • Apply current and incorporate emerging Live TESS methodologies and strategies to Army Live TESS requirements development. • Research, analyze, coordinate, and staff the requirements for TESS training systems with the appropriate organizations. TESS training systems requirements will be written in accordance with approved TRADOC, Army, and CJCS regulations, directives, instructions, and other guidance. • Comply with established organizational staffing procedures and provide administrative development and staffing of documents (such as information papers, point papers, read-aheads, and trip reports), conduct briefings, establish working groups and provide other presentations as required. • Prepare and maintain routine and specialized documents/reports (to include database and library/folders) that support the analysis, management, and traceability of TESS related programs. Examples include capability threads trace, relational diagrams, and schema. • Perform coordination within TRADOC and other Army Commands (ACOMs), services, Joint Forces Command (JFCOM), and other agencies to provide training and technical information on TESS training systems and to gain insights on how other systems may influence or impact TESS training systems Solicitation number W911S0-16-T-0001 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 dated 06 April 2016. This is a 100% Service Disabled Veteran Owned Business (SDVOSB) set aside requirement. The NAICS Code is 541330, Engineering Services, with a small business size standard of $15,000,000.00. The complete Performance Work Statement (PWS), and any other associated documents can be downloaded at https://www.fbo.gov/ under subject solicitation number. It is contemplated that the Period of Performance will be for a base year with (anticipated to begin on or about 24 September 2016); with two additional option periods. The provision at 52.212-1 Instructions to Offerors-Commercial Items (July 2013), is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services - Fixed Price. The provision is amended to incorporate FAR 52.252-1 Solicitation Provisions Incorporated by Reference is applicable. (Fill-in information -,http://farsite.hill.af.mil). The provision at 52.212-2, Evaluation - Commercial Items, is applicable; evaluation factors are Technical Acceptability and Price. To be considered Technically Acceptable, the offeror must receive a Technically Acceptable rating for the following evaluation factors: Mission Capability, Past Performance and Price. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. The Government may choose to exercise the Extension of Services at the end of any performance period (Base or Option Periods), utilizing the rates of that performance period. Specifics regarding the basis for Contract Award are located at the end of this document. The Government intends to make award to Lowest Priced Technically Acceptable (LPTA) offer. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.204-8 System for Award management; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-13 System for Award Management Maintenance; 52.228-5 Insurance -- Work on a Government Installation; 52.232-39 Unenforceability of Unauthorized Obligations; 52.246-25 Limitation of Liability - Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil); 252.201-7000 Contracting Officer's Representative; and 252.243-7001 Pricing of Contract Modifications. The following clauses are added: The clause at 252.204-7000 Requirement Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.215-7008 Only One Offer; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232.7006 Wide Area Workflow Payment Instructions. The clause at 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable:; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Equal Employment for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights under the NLRA; 52.222-41 Service Contract Act; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act -Price Adjustment; 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 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. The following clauses apply to this acquisition: 52.242-40, Providing Accelerated Payment to Small Business; 52.244-3 Service of Protest; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-11 Accepting and Dispensing of 1$ Coin. Proposals shall be good for 60 calendar days from the date of submission. All questions must be submitted no later than 06 May 2016 at 1300 EST. Offers are due no later than 12 May 2016, 1300 hours EST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), Proposals received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to john.h.meyers8.civ@mail.mil, via mail to MICC Fort Eustis, Building 705 Washington Boulevard, ATTN: Mr. John H Meyers, Fort Eustis, Virginia 23604. Alternate POC: Rhoda C. Harrison-Spence, Rhoda.c.harrison-spence.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/12b4731f8e44f07029ac30b170126c87)
- Place of Performance
- Address: 1900 Jackson Avenue, Fort Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN04096196-W 20160428/160426234939-12b4731f8e44f07029ac30b170126c87 (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 |