Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

U -- Electronic Surveillance Courses

Notice Date
2/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-07-Q-0006
 
Response Due
2/27/2007
 
Archive Date
4/28/2007
 
Small Business Set-Aside
N/A
 
Description
(I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. (II) This solicitation is issued under Request for Quotation (RFQ) number W912LP-07-Q-0006. All proposals shall reference the RFQ number and s hall be submitted by 8:00 A.M. local time on 27 Feb 2007. The anticipated award date is 05 Mar 2007. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-15 dated 12 Dec 20 06. (IV) This acquisition is reserved for a small business concern; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award m ay be made to participating large business. The North American Industry Classification system code (NAICS) 611699 size standard of 6.5 million. (IV) COMMERCIAL ITEM DESCRIPTION Furnish all labor, material and printing of material, supervision, and associa ted services to provide education services to carry out the Midwest Counterdrug Training Centers (MCTC) mission requirements to provide an Electronic Surveillance Course as defined in the Statement of Work. Line Item 1, Base Year- Three Course Iterations ; Line Item 2, One time charge for CMR Reporting (FY07); Line Item 3, Option Year One- Four Course Iterations; Line Item 4, One time charge for CMR Reporting (FY08); Line Item 5, Option Year Two- Four Course Iterations; Line Item 6, One time charge for CMR Reporting (FY09); Line Item 7, Option Year Three- Four Course Iterations; Line Item 8, One time charge for CMR Reporting (FY10); Line Item 9, Option Year Four- Four Course Iterations; Line Item 10 One time charge for CMR Reporting (FY11). Clarification fo r Line Items 2, 4, 6, 8 and 10: Contractor Manpower Reporting (CMR) is an Army Initiative that was implemented on Mar 8, 2005 to obtain better visibility of the contractor service workforce from Contractors supporting the Army. Please read the implementat ion language below, it will include the web-site address in which the information is entered. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor wi ll report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower .army.pentagon.mil. The required information includes: Contract Number, Requiring Activity Unit Identification Code, Command, Contractor Contact Information, Federal Service Code, Direct Labor Hours, Direct Labor Dollars and Location Information. Report ing period will be the period of performance not to exceed 12 months ending 30 Sep of each government fiscal year and must be reported within 30 days of the last day of the contract period of performance. (VII) Places of Performance: Reference the Stateme nt of Work. (VIII) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) FAR 52.212-2, Evaluation - Commercial Items. The Government will award a firm-fixed priced contract resulting from this solic itation, to the responsible offeror whose offer conforming to the solicitation will be Best Value to the Government. Best Value is the most advantageous offer, past performance, technical and price considered with the Governments stated importance of eva luation criteria. The Technical factors will include Course Content and Materials and Instructor Qualifications. Technical and Past Performance when combined, are significantly more important than price. To be considered, quotes must be valid through 27 Mar 2007. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors initial proposal should contain the offero rs best terms from a cost or price and technical standpoint. The vendor should submit individual pricing for the base year and four option years, and shall include a price per class. The vendor submittal requirements are as follows: 1. COURSE CONTENT AN D MATERIALS: Two (2) copies of all materials that will be used to conduct the class and that are provided to students must be submitted for review in a hard copy format. This includes, but is not limited to: (1) All PowerPoint files or slides shown to st udents; (2) All Video or Audio Media files shown to the students; (3) Course Outlines, Lessons Plans, Course objectives, etc. (4) In the case of multiple instructors, the instructor for each block of instruction must be identified; (5) Daily Schedule o f Topics Covered, by block of instruction, hour by hour, etc. (6) Any textbooks, workbooks, handouts, quizzes, tests, worksheets, scenarios, practical exercises, etc. All materials submitted will be held in confidence by the Iowa National Guard and will o nly be used to evaluate the contract proposal. All materials submitted will become the property of and be retained by the Iowa National Guard. The material must demonstrate compliance with the SOW must be addressed to the target audience. 2. INSTRUCTOR QUA LIFICATIONS: The offeror shall submit the following: (1) A resume or biography for each instructor detailing the educational background, professional experience, and employment history of each instructor and (2) Identify in writing any pertinent certificat ions, degrees, affiliations, published material, previous work history or research undertakings. 3. PAST PERFORMANCE: The offeror shall submit (with quote) past/present performance narratives for the firm on not less than three (3) or more than five (5) c ontracts that demonstrate experience in performing work that is similar in scope, size complexity, and client type to the requirements of the Statement of Work (SOW). Include awards, customer letters of commendation, etc., with points of contact and tele phone numbers. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx)). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting con tract (XIII) The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-aside; 52.2 19-8, Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-25 Affirmative Action, 52.222-22 , Previous Contracts and Compliance Reports; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreig n Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires ; 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment; 52.232-18, Availability of Funds; 52.252-1, Provisions incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The following clauses and provisions within 2 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable; 52.203-3, Gratuities; 252.225-7012, Preference for Certain Domestic Commodities ; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. (XIV) The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Joh nston, IA 50131-1824). FAR 52.217-9, Option to extend the terms of the contract states, (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided, that the Government gives the Contractor a prelimi nary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include t his option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. FAR 52.222-49, Service Contract Act-Place of Performance Unknown, states that this contract is subject to the Service Contract Act, and the places of performance for 16 course iterations are unknown. The places of performance are to be determined, and will be coordinated with the successful vendor after contract award. Additional wage determination requests will be made after contract award. Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, additional wage determinations shall be r equested and incorporated in the resultant contract retroactive to the date of contract award and there shall be no adjustment in the contract price. (XV) All information relating to this solicitation, including pertinent SOW, Department of Labor Wage De termination, changes/amendments, questions and answers, will be posted on the following website: http://216.81.179.134/ebs/advertisedsolicitations.asp The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hi ll.af.mil (XVI) Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: TSgt Renee Berg, Contract Specialist at or before 8:00 a.m., 27 Feb 2007. For in formation regarding this solicitation contact TSgt Renee Berg, renee.berg@ia.ngb.army.mil or CW4 Mark Thompson at mark.thompson@ia.ngb.army.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to http://216.81.179.134/ebs/ advertisedsolicitations.asp. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 8:00 a.m., 26 Feb 2007. Terms of the solicitation and specificati ons remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contract or Registration (http://www.ccr.gov). (XVII) Point of Contact is TSgt Renee Berg, (515) 252-4615.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN01230609-W 20070214/070212223515 (fbodaily.com)
 
Source
FedBizOpps 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.