SOLICITATION NOTICE
R -- Live Training Systems-Non System Analyst - Performance Work Statement (PWS)
- Notice Date
- 7/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting 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
- 0010947917
- Archive Date
- 9/8/2017
- Point of Contact
- Nancy R. Davis, Phone: 7575018309, Hatasha T. Hanley, Phone: (757) 501-7278
- E-Mail Address
-
nancy.r.davis6.civ@mail.mil, hatasha.t.hanley.civ@mail.mil
(nancy.r.davis6.civ@mail.mil, hatasha.t.hanley.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Performance Work Statement (PWS) 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. It is the Government's intent to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and no other written solicitation will not be issued. Quotes shall reference PR-0010947917. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017. The associated NAICS code is 541611 with a small business size standard of $15M. The Government intends to award one firm fixed price contract for one base year and two option years. The options may be exercised at the discretion of the Government. This acquisition is set aside for 8(a) vendors only. The U.S. Army Training and Doctrine Command (TRASOC) Capability Manager-Live (TCM-Live) is seeking a non-personal service contract to provide the TES Team, TRADOC Capability Manager Live (TCM Live), Joint Base Langley Eustis, with an analyst who has the required experience, training, technical and analytical expertise to support a comprehensive analysis and the development and maintenance of a tracking system for all system and non-system requirements, system and non-system engineering change proposals, system and non-system funding streams, and system / non-system near-mid-and long-term strategies that impact current and future TES used in FoF training. The contractor shall include the use and integration of subject matter experts, information technology, and other decision support tools in providing analytical and technical support to produce an updated written analysis annually, and an acceptable shareable electronic tracking mechanism for each system / non-system product. The tracking mechanism should provide enough detail to capture impacts to existing program, planned replacement / life cycle, Program Objective Memorandum (POM) impacts to accurately recommend TCM funding and non-system priorities, fielding strategies and EE PEG funding requirements to support any system changes requiring non-system adjustments. The contractor shall support and/or serve as SME for TES system products. As a SME, contractor shall review system JCIDS documents; engineering change proposal recommendations and approvals, Contract Data Requirements Lists (CDRL) to ensure products meet required capability, Army Regulations, DoD instructions/directives and specifications stated in contractual documents. Description Period of Performance (POP) Cost Per Month Quantity/Unit of Issue Total Base Year Labor 29 Sep 17 - 28 Sep 18 12 Months $ Travel* 29 Sep 17 - 28 Sep 18 1 Lot Option Year One Labor 29 Sep 18 - 28 Sep 19 12 Months $ Travel* 29 Sep 18 - 28 Sep 19 1 Lot Option Year Two Labor 29 Sep 19 - 28 Sep 20 12 Months $ Travel* 29 Sep 19 - 28 Sep 20 1 Lot *Travel will be awarded as a not to exceed (NTE) amount based on actual travel and in accordance with FAR Part 31.205-46. GRAND TOTAL $ Performance Address: 1900 Jackson Avenue, Building 3312 Joint Base Langley-Eustis, VA 23604-5166 The following Provisions and Clauses are applicable: a) 52.212-1 Instructions to Offerors - Commercial (Jan 2017) b) 52.212-2 Evaluation - Commercial Items (Oct 2014) • (a) Evaluation will be based on price and the ability to meet required Period of Performance c) 52.212-3 Offeror Representations and Certifications Jan 2017). Please include a completed copy of 52.212-3 or complete at http://www.sam.gov d)52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) e) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial (Deviation 2013-O0019) (Jan 2017) f) 52.217- 8 Option to Extend Services (Nov 1999) • The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. g) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) • (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. • (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. • (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years, 6 months. h) 52.232-18 Availability of Funds i) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) • This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil www.acquisition.gov/far j)52.252-2 Clauses Incorporated by Reference (Feb 1998) • This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil www.acquisition.gov/far k) 52.252-5 Authorized Deviations in Provisions (Apr 1984) • (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. • (b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. l) 52.252-6 Authorized Deviations in Clauses (Apr 1984) • (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. • (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement. (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. m) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) n) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) o) 252.232-7003 Electronic Submission of Payment Requests for Receiving Reports (Jun 2012) p) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) • (1) Document type. The Contractor shall use the following document type(s). • (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. W26R1P • (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC HQ0490 Issue By DoDAAC W911S0 Admin DoDAAC W911S0 Inspect By DoDAAC W26R1P Ship To Code W26R1P Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) W26R19 Service Acceptor (DoDAAC) W26R19 Accept at Other DoDAAC W26R19 LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- • (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. walker.l.knight.civ@mail.mil • (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Resource Manager: Amy Mize, amy.c.mize.civ@mail.mil • For technical WAWF help, contact the WAWF helpdesk at 866-618-5988 q)252.246-7000 Material Inspection and Receiving Report (Mar 2008) Quotes are due no later than 24 Aug 2017, 1400 EST. All responsible sources may submit a quote, which will be considered by the agency. In accordance with 52.212-1, Instruction to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Quotes shall be submitted via email to nancy.r.davis6.civ@mail.mil, and courtesy copy (cc), Alternate POC: Hatasha T. Hanley, hatasha.t.hanley.civ@mail.mil. All questions concerning this solicitation shall be addressed in writing to: nancy.r.davis6.civ@mail.mil and cc: hatasha.t.hanley.civ@mail.mil submitted no later than 1000 EST, 04 Aug 2017. Attachment: 1) Performance Work Statement (PWS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/47152830cce4b3d21267956c380051d1)
- Place of Performance
- Address: 1900 Jackson Avenue, Bldg. 3312, Joint Base Langley-Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN04596801-W 20170727/170726042900-47152830cce4b3d21267956c380051d1 (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 |