COMMERCE BUSINESS DAILY ISSUE OF MARCH 14, 2001 PSA #2807
SOLICITATIONS
R -- EDUCATIONAL SERVICES
- Notice Date
- March 12, 2001
- Contracting Office
- Virginia Contracting Activity, P.O. Box 46563, Washington, D.C. 20050-6563
- ZIP Code
- 20050-6563
- Solicitation Number
- MDA908-01-R-0013
- Response Due
- April 2, 2001
- Point of Contact
- Mr James Standley, 520-533-4034, or Ms Casteel, 703-907-0700
- Description
- (i) THIS IS A COMBINED SYNOPSIS/DRAFT SOLICITATION for commercial items prepared in accordance with the format in FAR 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 is a draft solicitation. Funds are not currently available. When funds are available, you will be notified of a firm proposal due date. See instructions at the end of this announcement under item xvi. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #97-13, and Defense Federal Acquisition Circular #91-11. (iii) This solicitation is a small business set-aside. SIC is 8299 and NAIC is 611699. The Government intends to award multiple contracts with a base period and four one-year options. (iv) A list of Contract Line Item Number(s) are: Instruction/ contract role player services in accordance with the statement of work, dated 1 Mar 01. 0001 Instructor/Role Player From 15 Apr 01 to 14 Apr 02 0002 Instructor/Role Player From 15 Apr 02 to 14 Apr 03 0003 Instructor/Role Player From 15 Apr 03 to 14 Apr 04 0004 Instructor/Role Player From 15 Apr 04 to 14 Apr 05 0005 Instructor/Role Player From 15 Apr 05 to 14 Apr 06 (vi) Description of requirements for the services to be acquired. Eight iterations of the five-week course take place each year. Normal class hours are 40 hours a week but some weekend and after duty hours instruction is required. The role player will perform as a source of intelligence information for debriefing students attending the DOD Strategic Debriefing Course, Fort Huachuca, Arizona. The contractor shall formally present classroom instruction for each assigned lesson, write and revise lesson plans as necessary, act as a faculty advisor, perform desk officer duties, role play in all assigned practical exercises (PEs), and perform administrative, operational, and training functions as related to the conduct of the DSDC. As a role player, the contractor shall research government-furnished materials (GFMs) and, based on his/her background and experience in various geographical areas, develop realistic role player scenarios for use during PEs. The contractor, using the scenarios he/she has developed, shall play the parts of sources of actual Intelligence Information Reports (IIR) produced by DoD collectors. Qualifications and experience: At a minimum, general military or DOD overt human intelligence collection and/or debriefing experience is required. Formal strategic debriefing or interrogation training; demonstrated effective role player experience at DSDC or comparable program; and formal role player training, are required. Knowledge of a foreign language or culture is preferred to enhance role playing realism. The contractor must have knowledge of current global geographical, political, economic, military, and cultural issues. Contractor must also have basic knowledge of word-processing programs and be able to search automated databases. The contractor must be cleared or be clearable for access to the US secret-level information. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Place of performance is Fort Huachuca, Arizona. (viii) FAR 52.212-1, Instructions to Offerors, Commercial, is incorporated by reference and applies to this acquisition. (ix) FAR 52.212-2, Evaluation, Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2 Para (a). Award will be based on best value. The following factors shall be used to evaluate offers: Technical capability, price and past performance. Technical capability and past performance are more important than price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification, Commercial Items (OCT 1995) with its offer. Mr James Standley, (520) 533-4034 or 533-8656, will furnish a copy of the Representation and Certifications and the Statement of Work upon request. (xi) FAR 52.212-4, Contract Terms and Conditions, Commercial Items (Oct 1995) is incorporated by reference and applies to this acquisition and resulting contract. Contract Type: The resulting contract will be firm, fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues (OCT 1995) is incorporated in this contract by reference, however, for paragraph (b) only the following provisions apply to this acquisition: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.239-1, Privacy or Security Safeguards; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; 252.204-7004, Required Central Contractor Registration; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract (xiii) Additional requirement. NA (xiv) DPAS rating. NA (xv) CBD numbered notes: Numbered Note 1 applies. (xvi) The offeror should clearly state how they intend to accomplish this contract. The information in the proposal should be presented in a clear, coherent and concise manner. The proposal shall be limited to the information that is necessary to convey a point and should not be overly elaborate. Three copies of the proposal is to be submitted to the US Army Intelligence Center, Mr James Standley, ATTN: ATZS-CLB (DSDC), Bldg 62715, Postal Address 1986, Ft Huachuca AZ 85613-6000. Tentative due date for proposals is 10:00 am, Monday, 2 April 2001. Interested offerors should send a letter of interest via fax to Ms Judith E. Casteel, voice (703) 907-0700 and fax (703) 907-1942, or Mr Standley, (520) 533-4034 and fax (520) 533-4036, and you will be notified of a firm proposal due date. LETTERS OF INTEREST MUST BE RECEIVED FROM ALL INTERESTED OFFERORS. Offerors shall provide names, addresses and phone numbers of 3 customers, either Government or commercial, that have received the contractor's services during the past 2 years. Offerors must acquaint themselves with regulations concerning commercial item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xvii) Names and Telephone number of individuals to contact for information regarding the solicitation: Judith E. Casteel, contract specialist, (703) 907-0700; Denise Wood, contracting officer, (202) 231-2678, and James Standley, contracting officer's representative, (520) 533-8656. Fax responses are acceptable at (703) 907-1942, (202) 231-2831, or (520) 533-4036. Either Ms Casteel or Mr Standley will furnish copies of the Statement of Work and the Representation and Certifications upon request.
- Record
- Loren Data Corp. 20010314/RSOL004.HTM (W-071 SN50F9I0)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on March 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|