Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2004 FBO #1087
SOLICITATION NOTICE

U -- TRAININT SUPPORT PACKAGE - CIVILIANS ON THE BATTLEFIELD (COB) ROLE PLAYING SERVICES

Notice Date
11/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-05-Q-0013
 
Response Due
11/22/2004
 
Archive Date
1/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 combined synopsis-solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acqui sition Circular 2001-25. Acquisition of services is set aside for small businesss concerns. The NAICS code is 611699 and the small business size standard is $6,000,000.00. The Offer Schedule (contract line item number(s), items, quantities, and units of measure) and the Performance Work Statement (PWS) can be accessed at website http://www.campbell-doc.army.mil. Performance period is for one (1) nine-month period. Performance is required to start on or about 25 November 2004, with Period of Performanc e of 25 November 2004  30 September 2005. The Contractor shall provide Civilians on the Battlefield (COB) role playing services (gender composition: male 75% and female 25%), minimum of 75% of the role players possessing the ability to conduct simultane ous translations of spoken, written, and non-verbal communication from Arabic to English, and from English to Arabic including interpreting military terminology and concepts in performance of military unit training scenarios. The Contractor shall provide COB role playing services, material and labor necessary to support training on multiple, realistic Iraqi theater-specific scenarios including but not limited to: Urban Combat Training Center, Convoy Operations, Prisoner Detainment, and Interrogations scena rios in support of pre-deployment training exercises to the CENTCOM Area of Operations. The provision at 52.212-1 Instructions to Offerors  Commercial Items, is applicable and is addended as follows: Paragraphs (b)(5), (b)(10), (d), and (h) are deleted; This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information  www.gsa.gov); 52.216-1 Type of Contract (Fill-in information  firm fixed-price); 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; and 252.209-7003 Compliance with Veterans Employment Reporting Requirements. The provision at 52.212-2 Evaluation  Commercial Items is applicable; Price and Technical (consisting of availability and qualifications) are the evaluation criteria in Paragraph (a). Technical is significantly more important than price. The government intends to make a single award to the responsible and re sponsive offeror whose offer is most advantageous to the Government considering price and non-price related factors. Offerors are instructed to summarize and submit price proposals using the Offer Schedule attached at website http://www.campbell-doc.army. mil. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications  Commercial Items, and DFARS Provision 252.212-7000 Offeror Representations and Certifications  Commercial Items, with offers. Offerors must also submit technical proposal addressing availability (start date of 25 November 2004) and how contractor proposes to insure personnel meet the qualifications stated in the PWS (e.g., language proficiency, experience, etc.). The clause at 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition and is addended to incorporate the following clauses: 52.203 Gratuities; 52.204-2 Security Requirements; 52.219-6 Notice of Total Small Business Set-Aside; 52.228-5 Ins urance  Work on Government Installation; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information  www.gsa.gov); 252.201-7000 Con tracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.209-7004 Subcontracting with Firms that are owned or Controlled by the Government of a Terrorist Country; 252.233-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7031 Secondary Arab Boycott of Israel; 252.242-7000 Post award Conference; 252.243-7001 Pricing of Contract Modifications; and 252.245-7001 Reports of Government Property. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition and the following additional FAR clauses cited with in the clause also apply: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations of Subcontracting; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33 Payment b y Electronic Funds Transfer; and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable with the following additional DFARS clauses cited therein ap plicable: 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.243-7002 Certification of Requests for Equitable Adjustment; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7024 Notification of Transportation of Supplies by Sea. See Note 1. Offers are due not later than 4:00 PM 22 November 2004. All responsible concerns may submit an offer which will be considered by the agency. Submit offers to Directorate of Contracting, Attn: MAJ John H. Grimes, 2250 16th Street and IN Avenu e, Fort Campbell, KY 42223-5358. Contact MAJ Grimes, 270-798-7897, john.grimes@us.army.mil or June Fletcher-Schiewe, 270-798-3441, schiewej@campbell.army.mil for information regarding this solicitation.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00708344-W 20041117/041115211847 (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.