Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 23, 2001 PSA #2857
SOLICITATIONS

R -- PROGRAM DEVELOPMENT SERVICES

Notice Date
May 21, 2001
Contracting Office
Contracting Office, MARFORLANT, 1468 Ingram Street, Norfolk, VA 23551
ZIP Code
23551
Solicitation Number
M20001-01-T-0004
Response Due
June 5, 2001
Point of Contact
Staff Sergeant William Dunlap (757) 445-4331 Fax (757) 445-4078
E-Mail Address
Click here to e-mail the contracting officer, Staff (DUNLAPWM@MARFORLANT.USMC.MIL)
Description
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. This announcement constitutes the only solicitation for quotes being requested. A written solicitation will not be issued. The solicitation number is M20001-01-T-0004 and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. This is a 100% small business set-aside purchase. The North American Industry Classification System code 541690 the business size is $5.0 Million Dollars. The agency, U.S. Marine Forces Atlantic (MARFORLANT), is in need of services for the development and deployment of a culture workshop program designed for the ground forces. The purpose of the program is to reduce injuries, mishaps and deaths by altering the focus of leadership at all levels in MARFORLANT for all personnel, military and civilian. The culture approach to safety makes leadership the focus of procedures and actions that produce the safety results, good or bad. The process we seek is not a "safety survey" in theory or practical application. Contractor must thoroughly understand the culture approach and its correlation to leadership. The culture workshop is a highly interactive process between the workshop team and the visited unit. Information gathering is informal designed to reveal the thought process, which guides the actions. We seek the expertise to design and implement a program that is to be staffed and executed by MARFORLANT personnel. Contractor will assist in the design, testing, and implementation of the program through direct participation with MARFORLANT units and personnel. Implementation will alter leadership thought processes, which will alter actions of leadership and their subordinate personnel. The final result is intended to reduce injuries, mishaps, and deaths. Expected duration of these events is six months. The requirement is for a fixed priced contract. Minimum contractor requirements include: 1) Conducting culture based conversations with operational ground force units at Camp Lejeune, NC (3 days), 2) Using the information gathered to assist MARFORLANT in the selection of a design team including team size, skills, and grades, 3) Leading the design team to create a culture workshop process that will work for MARFORLANT (3 days), 4) Conduct three Beta workshops as facilitator (team leader) with teams drawn from MARFORLANT personnel to validate the design team process (3 days each estimated), 5) Make any needed revisions to the process, 6) Provide final product for MARFORLANT, 7) Certify MARFORLANT personnel to conduct the workshop process without outside assistance. This includes facilitators (team leaders), team member's classroom and practical application training. Each person being trained would participate in at least three actual workshop events directly supervised by the contractor, 8) Follow up forum at the completion of these events to assure continuity and consistency of workshop delivery by MARFORLANT personnel. Provide an option to engage contractor for program update and personnel training each 12 months for three years. Travel will be reimbursed in accordance with the Federal Acquisition Regulations (FAR) part 31.205-46. FAR 52.209-1 Qualification requirements (Feb 1995) -- Vendor's key personnel performing these functions should have an understanding of DOD and Marine Corps mishap investigation procedures, a safety investigation background, and an understanding of Marine Corps infrastructure and the Marine Corps chain of command. Vendor's key personnel performing these functions must have understanding in the design and implementation of culture workshop programs in the U. S. Military services. The provisions at FAR 52.212-1 instructions to Offerors -- Commercial Items (Oct 2000) apply to this acquisition. Offerors are required to complete and include a copy of the provisions FAR 52.212-3 Offer Representation and Certification -- Commercial Items (Jan 2001) with their proposals. The FAR clause 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999) applies to this acquisition. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2001) applies with the following applicable clauses from paragraph (b). FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business concerns (15 U.S.C. 637 (d)(2) and (3)). FAR 52.203-6 Restriction on Subcontractor Sales to the Government -- A1ternate I. FAR 52.222-26 Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36 Affirmative Action for Handicapped Workers. FAR 5.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52.225-3 Buy American Act-Supplies. FAR 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. FAR 52.227-14 Rights in Data -- General (Jun 1987) FAR 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (May 1999) 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999) 52.232-28 Invitation to Propose Performance-Based Payments (Mar 2000) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive 0rders Applicable to Defense Acquisitions of Commercial Items (Dec 2000), applies with the following clauses applicable from paragraph b. DFARS 252.225-7001 Buy American Act and Balance of Payment Program. DFAR 252.225-7036 North American Free Trade Agreement Implementation Act. Also included DFAR 252.204-7004 Required Central Contractor Registration (Mar 2000), DFAR 252.232-7009 Payment by Electronic Funds Transfer (CCR) (Jul 2000). The Government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government. Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows; The following factors shall be used to evaluate offers. (1) Technical capability and past performance when combined are greater than price (2) Pricing. Mail, or fax copy offers must be received no later than 16:00 PM EST, on 5 June 2001 to the Contracting Officer, SSgt. Dunlap, voice (757) 445-4331, Fax (757) 445-4078. Quotations sent via Federal Express should be sent to Contracting Office U. S. Marine Forces Atlantic Bldg. CA-486, Room 203, Camp Allen Norfolk, VA 23551
Record
Loren Data Corp. 20010523/RSOL013.HTM (W-141 SN50M6G4)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on May 21, 2001 by Loren Data Corp. -- info@ld.com