Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
MODIFICATION

U -- Surveillance Training

Notice Date
9/16/2004
 
Notice Type
Modification
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-04-R-0037
 
Response Due
10/1/2004
 
Archive Date
10/16/2004
 
Point of Contact
Karene Spurlin, Contracting Officer, Phone 813-828-7356, Fax 813-828-7504, - Jessica Tucker, Contract Specialist, Phone 813-828-7334, Fax 813-828-7504,
 
E-Mail Address
spurlik@socom.mil, tuckerj@socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is Amendment 0002 to combined synopsis/solicitation H92222-04-R-0037. The purpose of this Amendment is delete the initial combined synopsis/solicitation posted on 30 Jul 2004, and replace with the combined synopsis/solicitation in Amendment 0002. The revised combined synopsis/solicitation will read as follows: The U.S. Special Operations Command (USSOCOM) has a requirement for technical surveillance training. This procurement is intended to provide USSOCOM with a readily available source to provide technical surveillance training to authorized personnel in the Continental United States (CONUS). This is a combined synopsis/solicitation for commercial services to perform technical surveillance curriculum development and instruction 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. The solicitation is being issued as a Request for Proposal, solicitation number is H92222-04-R-0037, and a firm fixed price contract is contemplated. The Government intends for this solicitation to result in award of one requirements contract (with task-orders) with CLINs for Technical Surveillance Curriculum/Instruction Services. An estimated 45 courses will be required over the life of the contract, should all options(annual) be extended. The anticipated duration of the ordering period is from date of award for five (5) years. This procurement is a 100% set-aside for small business. The NAICS code is 611710 and small business size standard is 500 employees. ***PERFORMANCE OF WORK STATEMENT (PWS) WILL BE MAILED TO INTERESTED OFFERORS ONLY ***BEGIN CONTRACT LINE ITEMS *** Schedule B - CLIN 0001 - Develop technical surveillance curriculum ? Firm Fixed Price (FFP) CLIN 0002 - Perform instruction IAW the developed curriculum ? Initial Course (Four (4) Weeks)Firm Fixed Price (FFP) (Base Year); SLIN 0002AA (Option Year 1); SLIN 0002AB (Option Year 2); SLIN 0002AC (Option Year 3); SLIN 0002AD (Option Year 4) CLIN 0003 ? Perform instruction IAW the developed curriculum - Refresher Course (Two (2) Weeks)-Firm Fixed Price (FFP) (Base Year); SLIN 0003AA (Option Year 1); SLIN 0003AB (Option Year 2); SLIN 0003AC (Option Year 3); SLIN 0003AD (Option Year 4); CLIN 0004 - Contract Data Requirements List, (Not Separately Priced (NSP)(Base Year); SLIN 0003AA (Option Year 1)(NSP); SLIN 0003AB (Option Year 2)(NSP); SLIN 0003AC (Option Year 3)(NSP); SLIN 0003AD (Option Year 4)(NSP); CDRL A001 Monthly Progress Report that covers all activities during the month on the contract? submitted monthly, contractor format is acceptable but must cover expenditures, schedule, performance issues with the customer name and organization stated. CDRL A002 After Action Report ? AAR is required after completion of each course. Contractor format is acceptable. All CDRLS are electronic submission.** BEGIN CONTRACT CLAUSES *** 52.212-1 Instructions to Offerors; 52.212-1 Addendum - Specific Instructions to Offerors; 52.212-2 Evaluation; 52.212-3 Certifications & Representations; 52.212-4 Contract Terms & Conditions; 52.212-5 FAR Checklist to Implement Statutes; 52.216-18 Ordering 52.216-19 Order Limitations 52-216-21 Requirements; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 252.212-7000 Certifications & Representations; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and DFAR 252-212-7000, Offeror Representations and Certifications ?Commercial Items must be completed and included with their proposal.***BEGIN 52.212-1 Addendum ? Specific Instructions to Offerors ***Background: This instruction to offerors gives specific guidance to assist in the preparation of the proposal against the Performance of Work Statement for Technical Surveillance Training Services. Proposal Page/Format Limitation: Limit your proposal to the following:i) 10 Pages - Technical (ii) 2 Pages ? Resumes (iii) 1 Page Per Agency ? Past Performance (Up to three (3) Agencies) (iv) 5 Pages ? Sample Course of Instruction (v) Prices Per Schedule B Other Information: Skills and knowledge required: Subject matter expertise in areas of training specified in the Performance of Work Statement with a sample course of instruction for this type of training. The course of instruction shall indicate any validations (which agency) of the course in meeting the overall objectives. Period of Performance: Five (5) year period of performance from date of award, including options. 52.212-2 ADDENDUM TO EVALUATION ? COMMERCIAL ITEMS (JAN 1999) (a) Basis for Award. (1) The Government will award one contract resulting from this solicitation to the responsible offeror whose proposal provides the best value to the Government with appropriate consideration given to the major Areas, listed in descending order of importance: Technical/Management, Past Performance, and Price. The Technical/Management is significantly more important than Past Performance. Past Performance is significantly more important than Price. The Technical/ Management and Past Performance Areas when combined are significantly more important than Price. Offerors are cautioned that a significant deficiency in any area, factor, sub-factor or element may be grounds for exclusion of the offeror?s proposal from further evaluation and consideration for award. Mere parroting of the requirements without detailed explanation of how the requirements will be achieved is not acceptable. The Areas and Factors are identified as follows: (A) AREA I ? TECHNICAL/MANAGMENT: Factor 1 is more important than Factor 2. FACTOR 1 ? Technical Approach FACTOR 2 ? Management Approach (B) AREA II - PAST PERFORMANCE. (C) AREA III ? PRICE (2) EVALUATION APPROACH. Each proposal will be evaluated on merit, best overall value to the government, price and other factors considered. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the government that might result from making only one award, particularly the risk to the Government from a technical integration, logistics and administrative cost perspective. (A) AREA I ? TECHNICAL/MANAGEMENT. The Government will evaluate the extent to which the offeror?s technical/management proposal demonstrates a sound, practical methodology for satisfying the requirements stated in the solicitation. Proposals that fail to meet the Performance Work Statement (PWS) requirements may be grounds for rejection of the entire proposal. (1) FACTOR 1 - TECHNICAL APPROACH - The Government will evaluate the extent to which the proposal demonstrates the ability of the offeror to meet the technical requirements established in the Performance Work Statement to include types of training and technical surveillance curriculum development. In accordance with the requirements outlined in the PWS, both objective and subjective data will be collected in order to assess the technical surveillance training proposal for suitability and effectiveness. (a) SUBFACTOR 1: Types of Training (PWS 1.0, 1.1, 1.2, 1.3, 1.4, 1.5, 1.6, and 1.7): Demonstrate training experience and knowledge in types of training. (b) SUBFACTOR 2: Technical Surveillance Curriculum Development (PWS 2.0, 2.1, 2.1.1, 2.1.2, 2.1.3, and 2.1.4). All elements are of equal importance. Element 1: Demonstrate technical capability and expertise in developing curriculum for types of training outlined in Subfactor 1, Types of Training. Element 2: Demonstrate technical capability and expertise in developing curriculum for hands-on training for technical surveillance tactics, techniques and procedures (TTP). Element 3: Demonstrate understanding of curriculum requirements as stated in PWS 2.1.3 and 2.1.4. (c) SUBFACTOR 3: Sample Program of Instruction (POI) - The offeror shall submit a draft outline of a POI for the initial four (4) week training course. The draft outline of the proposed POI for the initial course will be evaluated to see how well it demonstrates a full and complete understanding of the training requirements IAW the PWS. (2) FACTOR 2 ? MANAGEMENT APPROACH (a) Management. The offeror?s ability to provide management support necessary for the successful accomplishment of technical surveillance training courses will be evaluated. All elements are of equal importance. Element 1: The adequacy of the offeror?s overall management organization, its methods of operation, and its techniques and system of controls to include methods for coordinating and organizing an efficient training course on short notice (less than four (4) weeks) will be assessed. Element 2: The offeror?s facility management practices for providing a safe and comfortable training environment IAW the PWS (3.1, 3.2, 3.3, 3.4, 3.5, 3.6 and 3.7) Element 3: The Government will evaluate offeror?s proposed methodology and processes for obtaining qualified instructors that have experience and/or education in areas of training specified in the PWS (8.0, 8.1, 8.1.1, 8.1.2, 8.1.3, 8.1.3.1, 8.1.3.2, 8.1.3.3, 8.1.3.4, 8.1.3.5, and 8.2). Element 4: The resumes of proposed instructors will be evaluated to determine the extent of training in subject areas, operational experience in the skill sets to be trained, relevant education and appropriate skill levels to develop and maintain the training material and teach the courses. Rating Methodology ? The following color/adjectival ratings will be used for the rating assigned in the technical/management areas as appropriate. Color Rating Definition Blue Exceptional Exceeds specified minimum performance or capability requirements in a way beneficial to the Special Operations Command. Green Acceptable Meets specified minimum performance or capability requirements necessary for acceptable contract performance. Yellow Marginal Does not clearly meet some specified minimum performance or capability requirements necessary for acceptable contract performance, but any proposal inadequacies are correctable. Red Unacceptable Fails to meet specified minimum performance or capability requirements. Proposals with an unacceptable rating are not awardable (B) AREA II: PAST PERFORMANCE. 1) Performance risk considers those risks associated with an offeror's likelihood of success in performing the solicitation requirements as indicated by the offeror's record of past/current performance on relevant contracts. The Performance Risk Assessment Group (PRAG) evaluation will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor?s performance of an offeror and all subcontractors/team members. Proposals shall be evaluated to determine if the contracts and sources submitted for the prime and subcontractors/team members are current and relevant. If no relevant historical or current data exists then the procedures of FAR 15.305(a)(2)(iv) will apply. The Government will evaluate the Proposal and data from outside sources considering the following aspects: Cost/Schedule Planning & Control, Quality Assurance, and Cooperation. This includes the offeror's performance in cost, schedule, and the administrative aspects of performance; the offeror's history for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's businesslike concern for the interests of its customers. 2) If the offeror has no relevant prior experience, a failure to state ?No Experience? may cause the proposal to be excluded from further consideration for award. 3) Rating Methodology for Past/Present Performance: A significant achievement, problem, or lack of relevant data in any element of work can become an important consideration in the source selection process. A negative finding under any factor may result in an overall high-risk rating. Therefore, offerors are reminded to include relevant past efforts, as described above, including demonstrated corrective actions, in their proposal. Each contract submitted by the offeror to substantiate past/present performance will first be rated for relevancy by the Government and a rating of Highly Relevant, Relevant, Somewhat Relevant or Not Relevant will be assigned. This relevancy rating will be used when considering how much weight to ascribe to each contract. Then Contract Performance Ratings will be ascribed to the Offeror's work on that contract as follows: Unsatisfactory, Marginal, Satisfactory, Very Good, or Exceptional. After the Government considers all factors, a Final Performance Risk Assessment will be made for each offeror. That assessment will be one of the following: PERFORMANCE RISK ASSESSMENT DEFINITIONS High Risk: Based on the Offeror's performance record, it is unlikely that the offeror willsuccessfully perform the required effort in accordance with the terms and conditions the contract. Moderate Risk: Based on the Offeror's performance record some doubt exists that the offeror will successfully perform the required effort in accordance with the terms of the contract. Low Risk: Based on the Offeror's performance record, virtually no doubt exists that the offeror will successfully perform the required effort in accordance with the terms and conditions of the contract. Neutral Risk: The offeror has no recent, relevant performance information. (To receive a Neutral Risk Rating, the offeror must include the following statement: "The offeror has no relevant past/present performance." Otherwise, one of the other ratings will be applied, with the Government determining relevancy. Failure to provide the required information may be treated as a deficiency in the Offeror's proposal.) (C) AREA III: PRICE. 1) Completeness and Balanced Pricing. The proposal will be evaluated to ensure that ALL CLINS for which the offeror is submitting prices are completed. All proposals will be evaluated for unbalanced pricing. Offerors are cautioned that unbalanced unit prices may be grounds for exclusion of a proposal from consideration for award. 2) Price reasonableness shall be determined through competitive commercial market prices and IAW the guidelines set forth in FAR 15.404-1. 3) Price will be evaluated to determine whether the offeror understands the requirements and risks inherent in the scope of work. In addition, Price will be evaluated to determine the feasibility of performing all the terms and conditions of the offer within the total price proposed by the offeror. 4) Price will be evaluated for completeness, reasonableness and a total evaluated price for the entire length of contract. When evaluating cost, the Government will determine if: the proposed cost reasonable for work to be performed; reflect a clear understanding of the requirements of the solicitation; and is consistent with approaches contained in the Offeror's /technical proposal (b) Award will be made to the offeror whose proposal represents the best value to the Government, considering the factors set forth in this solicitation. (c) Offerors must provide data that specifically addresses all requirements in this solicitation. 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through 30 Sep 2009. (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. 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $193,000.00, 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 $193,000.00. (2) Any order for a combination of items in excess of $1,000,000.00; or (3) A series of orders from the same ordering office within five (5) days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (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) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, 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 two (2) 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) 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 ten (10) days. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (JUN 2004) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ___X__ 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. ___X__ 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). _____ 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637). _____ 252.219-7004 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (Test Program) (JUN 1997) (15 U.S.C. 637 note). _____ 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582). ___X_ 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004) (10 U.S.C. 2533a). _____ 252.225-7014 Preference for Domestic Specialty Metals (APR 2003) (10 U.S.C. 2533a). ___X_ 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (APR 2003) (10 U.S.C. 2533a). _____ 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (MAY 2004) (___ Alternate I) (APR 2003) (10 U.S.C. 2534 and Section 8099 of Pub. L. 104-61 and similar sections in subsequent DoD appropriations acts). _____ 252.225-7021 Trade Agreements (JUN 2004) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). _____ 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). _____ 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). _____ 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JAN 2004) (___ Alternate I) (JAN 2004) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). _____ 252.225-7038 Restriction on Acquisition of Air Circuit Breakers (APR 2003) (10 U.S.C. 2534(a)(3)) _____ 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (OCT 2003) (Section 8021 of Pub. L. 107-248). ___X_ 252.227-7015 Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). ___X_ 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). _____ 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227). ___X_ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). _____ 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (____Alternate I) (MAR 2000) (____Alternate II) (MAR 2000) (____Alternate III) (MAY 2002) (10 U.S.C. 2631). _____ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) *** All responsible sources may submit a proposal, which will be considered by USSOCOM. All communications regarding this procurement, INCLUDING all requests for technical information for Technical Surveillance Training services, must be in writing and submitted via email to Karene Spurlin at spurlik@socom.mil, with a copy to Kathleen Henderson henderk@socom.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 24, effective as of 19 Jul 2004. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements - you must clearly identify how your proposal meets ALL solicitation requirements. The Government intends to award a contract without discussions. Proposals are due no later than 01 Oct 2004 at 1600 and shall be delivered as follows: Complete proposals, shall be delivered to the contracting office as follows: the proposal shall be in electronic format and submitted on a CD-ROM to HQ USSOCOM; ATTN: SOAL-KB (Karene Spurlin); 7701 Tampa Point Blvd; MacDill AFB, FL 33621; delivery POC phones: 813-828-/7347/7334.
 
Place of Performance
Address: USSOCOM, SOAL-KB (Karene Spurlin), 7701 Tampa Point Blvd, MacDill AFB, FL 33621-5316
Zip Code: 33621-5316
Country: US
 
Record
SN00675380-W 20040918/040917084955 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.