Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

U -- Opposing Forces and Civilians on the Battlefield (OPFOR/COBs)

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-05-R-0011
 
Response Due
11/23/2004
 
Archive Date
1/22/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is an amendment to the combined synopsis/solicitation issued on 10 November 2004. The purpose of this amendment is to reflect the following changes to W911S8-05-R-0011: a. Extend the date of proposal closing by one day to read: 23 November 2004 at 12:00:00 PM PST b. Change the Unit of Issue for CLIN Schedules A and B to read: 4000 Man Day instead of Day. Man Day equals a maximum of 24 hours. c. Change the Period of Performance in the CLIN Schedules to read: 01 December 2004 through 30 September 2005 d. Add the Evaluation Criteria for technical capability under Basis of Selection e. All other terms and conditions remain unchanged. 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; proposals ar e being requested and a written solicitation will not be issued. The closing date is 23 November 2004 @ 12:00:00 P.M., PST. The solicitation number is W911S8-05-R-0011 and it is being issued as a Request for Proposal (RFP). The solicitation document and i ncorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. NAICS Code is 561320 and the size standard is $11.5 million. The solicitation is 100% small business set aside. The Directorate of Contracting, Fort Lewis, WA intends to award a firm fixed price requirements contract. The Government intends to make an award without discussions (see FAR 52.212-1(g). Revised contract line item number (CLIN) Schedules A and B are posted on the Directorate of Contracting, For t Lewis, WA website at (http://www.lewis.army.mil/doc/index.htm). Place of Performance: CLIN Schedule A, Fort Lewis, WA., Place of Performance: CLIN Schedule B, Yakima Training Center, WA. The Period of Performance is: 1 December 2004 through 30 Septembe r 2005. The Number of Opposing Forces and Civilians on the Battlefield (OPFOR/COBs) required will be ordered on separate task orders issued by the Directorate of Contracting, Fort Lewis, WA. Request FOB Destination pricing. SCOPE OF WORK: The Contracto r shall furnish all labor, services and equipment and perform all work incidental to the equipping and preparation of personnel to serve as role players functioning as Opposing Forces and Civilians on the Battlefield (OPFOR/COBs) during tactical training c onducted by units training at Fort Lewis or Yakima Training Center, WA. The Contractor shall provide personnel (male and female) to serve as OPFOR and COB role players in performance of the training scenarios for deploying units and other military units r equiring such training, developed in accordance with the Program of Instruction (POI). A complete description is provided in the Performance Work Statement which is posted on the Directorate of Contracting, Fort Lewis, WA website. The contractor shall p rovide role players who shall play various positions and groups of people representing possible situations units may face during deployment. The contractor shall provide personnel trained, equipped and prepared to act in roles which may include but are not limited to the following groups: 1) Members of the four threat groups operating in the CENTCOM AOR: Former Regime Loyalists , Transnational Terrorist Groups, Extremists, Criminals; 2) Members of the new Iraqi Security Forces: Iraqi Police Service (IPS), F acility Protection Service (FPS), Iraqi Civil Defense Corps (ICDC), New Iraqi Army (NIA); 3) Various civilians potentially encountered on the battlefield: Local governance authorities (NAC/DAC), Members of local tribes and their leaders, Members of religio us groups and their leaders, Refugees and displaced persons oppressed by the former regime, Friendly media, Hostile media, Non Governmental Organizations (NGOs)/ Humanitarian Relief Workers; and 4) Prisoners and Detainees: Iraqi insurgent detainees, Civil ians pr esent during housing searches, Civilian relocation, Hostile combatant detainees in a prison environment, Criminal detainees, and Criminal detainees in a prison environment. The role players shall perform assigned roles and remain on site during periods spe cified to train units in reacting to various situations with the listed groups. The Contractor shall provide role player personnel for training in support of a series of conventional scenarios to theater-specific individual and collective readiness trainin g, which develops the conditions and provides deploying units with a realistic training environment. The role players may be required to speak a few words or phrases of Arabic dialect, which will be provided, or broken English. Role players do not need to have any type of theatrical ability. Role players shall be required to follow simple instructions from the Lead Role Player and on-site Government personnel. BASIS OF SELECTION: THE FOLLOWING FACTORS WILL BE USED TO EVALUATE OFFERS: PRICE, TECHNICAL CAPAB ILITY AND PAST PERFORMANCE. THE AWARD SHALL BE MADE TO A SINGLE OFFEROR ON THE BASIS OF THE LOWEST PRICED, TECHNICALLY ACCEPTABLE PROPOSAL, WITH ACCEPTABLE OR NEUTRAL PAST PERFORMANCE. NO PROPOSAL WILL BE ACCEPTED THAT DOES NOT CONTAIN THE TOTAL AMOUNT OF WORK SPECIFIED IN THE PWS. A WRITTEN SUMMARY OF THE OFFERORS TECHNICAL CAPABILITY TO MEET THE REQUIREMENTS OF THE PERFORMANCE WORK STATEMENT IS REQUIRED. SPECIFICS TO ADDRESS RELATE TO PRICE BY PROVIDING A UNIT PRICE/PER MAN DAY/PER INDIVIDUAL AND A TOTAL PRICE FOR THE LINE ITEM DESCRIPTION. TECHNICAL CAPABILITY PROPOSAL SHALL CONSIST OF THE FOLLOWING SUBFACTORS: RESUME OF LEAD ROLE PLAYER ON SITE MANAGER; ABILITY TO SPEAK BROKEN ENGLISH, PHRASES OF ARABIC DIALECT, OR OTHER LANGUAGES; AND THE ABILITY TO M EET THE PERFORMANCE PERIOD. PROVIDE PAST PERFORMANCE INFORMATION WITH WHOM RECENT PAST PERFORMANCE CAN BE VERIFIED. OFFERORS SHALL PROVIDE A MINIMUM OF THREE REFERENCES TO INCLUDE A SUMMARY ON THE SCOPE AND COMPLEXITY, QUALITY OF SERVICE, TIMELINESS OF P ERFORMANCE AND BUSINESS RELATIONS. Past performance reference information should include points of contact, telephone numbers and an email address. The Government will also use other available resources to evaluate past performance. The following FAR claus es and provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (all offerors are to include with their response a completed copy of FAR 52.212-3 and DFARS 252.212-7000). Further, offers must contain all commercial terms, conditions and provisions under which the offeror conducts business in the commercial marketplace. Off erors that fail to furnish required representations or information, or reject the terms and conditions of this solicitation may be excluded from consideration. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Con ditions require to Implement Statutes and Executives Order-Commercial Items (the following clauses cited in FAR 52.212-5(b) and (c) are applicable to this acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; FA R 52.219-6 Notice of Total Small Business Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportuni ty (E.O 11246); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans of Vietnam Era; FAR 52.225-13 Restrictio n on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; FAR 52.222-41 Service Contract Act of 1965, as Amended; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Actor: GS-1054-07; $14.77); FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment); FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52 .252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (the following clauses cited in DFARS 252.212-7001(a) and ( b) are applicable to this acquisition: FAR 52.203-3 Gratuities; DFARS 52.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.226-7001, Utilization Of Indian Organizations, Indian-Owned Economic Enterprises, And Native Hawaiian Sm all Business Concerns; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Alternate III Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea). FAR 52.216-18, Ordering - orders may be issued from 29 November 2004 through 30 September 2005; FAR 52.216-19, Order Limitations - (a) Minimum order. When the Government requires supplies or services covered by this contract in an am ount of less than$100.00, 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 $1,000,000.00; (2) Any order for a combination of items in excess of $3,000,000.00; or (3) A series of orders from the same ordering office within 5 calendar days that together call for quantities exceeding the limitation in subparagraph (1) o r (2) above. (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) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) i s returned to the ordering office within 5 working days after issuance, with written notice stating the Contractor's intent not to perform the services called for and the reasons. Upon receiving this notice, the Government may acquire the services from an other source; 52.216-21, Requirements - the Contractor shall not be required to make any deliveries under this contract after 31 December 2005. The complete text of any or all of the clauses/provisions effective on the date of the latest Federal/Defense A cquisition Circular is also available electronically from the following websites: http://farsite.hill.af.mil; http://www.acq.osd.mil/dp/dars/dfars.html. Offers shall provide as a minimum: 1) RFP number; 2) Name, address, and telephone number of point of c ontact of offeror; 3) CLIN 0001 and CLIN 0002 Pricing; 4) A completed copy of FAR 52.212-3 and DFARS 252.212-7000 Representations and Certifications; 5) A written representation of the offerors technical capability to include descriptive literature, to al low the evaluation team to evaluate your offer; 6) Provide three (3) current references for recent and relevant past performance information. Electronic transmission-the RFP, written technical representation, literature, and representations and certificati ons may be submitted via email to wanda.reed@lewis.army.mil. Offerors are responsible for accurate addresses and telephone numbers for submitted past performance information. A copy of the full text: one general performance work statement for the basic co ntract, one sample task order performance work statement , REVISED CLIN Schedule A and CLIN Scehdule B, and the wage determinations are available for viewing an d download on the Directorate of Contracting website: http://www.lewis.army.mil/doc/ under Solicitations. See Note 1. Telephonic points of contact for this requirement are Olive M. Lenney, (253) 966-3504 or Wanda Reed, (253) 966-3503.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN00709496-W 20041119/041117212011 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.