Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

U -- Commercial Training Services to Develop and Deliver a Special Reconnaissance Level 2 Course

Notice Date
6/22/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700107Q0083
 
Response Due
6/27/2007
 
Archive Date
7/27/2007
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation, Subpart 12.6 and as supplemented with additional information included in this notice. This procurement is restricted to small business participation only. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) and the solicitation number is M6700107Q0083. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and DFARS Change Notice 20070531. The proposed acquisition is a 100% total small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 611710. To meet the small business size standard the concern and its affiliates must have average annual receipts for the preceding three (3) years that do not exceed $6.5 Million. It is the Government?s intention to issue a firm-fixed price contract utilizing FAR Parts 12 and 13 procurement procedures for the requirement that is described as follows: The Contractor shall provide support services, equipment, consumables, and personnel to facilitate the development of its Special Reconnaissance Level 2 Course (SRL2C). The Marine Corps Forces Special Operations Command (MARSOC) requires ?train the trainer? and subject matter expert manpower support to facilitate its ability to conduct training on selected tasks, and develop a higher level Special Reconnaissance capability within MARSOC. The requirement is considered to fall under the category of an employee employed in a bona fide executive, administrative or professional capacity. Therefore, the Service Contract Act does not apply to this acquisition. Line Item 0001: Commercial Training Services to Develop and Deliver the following in accordance with below and Attachment 1: A. Meet with MARSOC program officer to develop specific and unique course content for the following anticipated courses: 1) Special Operation Force Special Reconnaissance Mission Planning Skills; Time: 5 days; Dates: 16 ? 20 July 2007; Students: 45; Subject Matter Expert: 2. 2) Enhanced Digital Collection Systems; Time: 10 days; Dates: 23 July ? 03 August 2007; Students: 16; Subject Matter Expert: 2. 3) Surveillance Subjects; Time: 5 days; Dates: 6 ? 10 August 2007; Students: 16; Subject Matter Expert: 3. The contractor shall participate in meetings with MARSOC program officer to develop course content during the following period: Time: 5 days off-site (2 ? 6 July 2007) and 5 days on-site (9 ? 13 July 2007); Subject Matter Expert: 1. B. Deliver the developed classes to the students. Provide all course materials and Subject Matter Expert rental vehicles, fuel, mileage, airfare, lodging and meals. Courses to be delivered back-to-back beginning no later than 16 July 2007. Deliver either a resume or biography of the Subject Matter Expert workers and any military experiences for each contractor representative performing under this contract. C. Security Requirements. All contractor representatives? performing under this procurement shall have a SECRET level personnel security clearance in the Joint Personnel Adjudication System. The contractor shall have a cleared SECRET level facility clearance with the Defense Security Service. The government will not incur and additional cost for the contractor to achieve the certification requirements. D. All course materials and subject matter expert labor rates, rental vehicles, fuel, mileage, airfare, lodging and meals shall be included in the overall cost of Line Item 0001. The proposal associated with Line Item 0001 shall be detailed to provide pricing for all specifications to allow for Government evaluation of costs. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Work Flow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The website for WAWF-RA registration is https://wawf.eb.mil/. The website for WAWF-RA training is http://www.wawftraining.com/. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this procurement: FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity; FAR 52.204-2 Security Requirements; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7 Central Contractor Registration; 52.204-9 Personal Identify Verification of Con tractor Personnel; 52.209-6 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Addendum: Delete paragraph (h). Insert: The Government intends to award a single contract as a result of this solicitation; FAR 52.212-2 Evaluation ? Commercial Items. Addendum: (a) Award will be based on the quote that offers the Best Value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Capability with subfactors for Mission Planning Skills, Enhanced Digital Collection Systems, Surveillance, Deliverables, Personnel, Security Requirements and Period of Performance; (2) Relevant Past Performance; and (3) Price. The technical factors and relevant past performance, when combined are significantly more important than price. The Contractor shall have at least three p ast performance references complete Attachment 2 to provide adequate i nformation for evaluation of experience in this industry. The Government intends to award a contract that offers the ?best value? to the Government, price and other factors considered. Any proposal that is determined to be unreasonably high or unreasonably low will be considered to demonstrate a lack of understanding of the requirements and will receive no further consideration; FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certificates electronically at ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; 52.212-4 Contract Terms and Conditions?Commercial Items Addendum: Add ?The Contractor?s standard commercial warranty shall apply.?; FAR 52.212-5 Contract Terms and Cond itions Required to Implement Statutes of Executive Orders?Commercial Items to include (52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 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; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payme nt by Electronic Funds Transfer?Central Contractor Registration); FAR 52.215-5 Facsimile Proposals; 52.227-17 Rights in Data ? Special Works; 52.232-17 Interest; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.242-13 Bankruptcy; FAR 52.245-1 Government Property; 52.245-9 Use and Charges; FAR 52.247-34 FOB?Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (52.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7012 Preferences for Certain Domestic Commodities; 252.225-7036 B uy American Act ? Free Trade Agreements ? Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Request for Equitable Adjustment); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.232-7010 Levies on Contract Payments; and DFARS 252.243-7001 Pricing of Contract Modifications. OFFEROR SHALL PROVIDE COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE. The Offeror is required to provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code and Federal Tax Identification (FTI) number with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offeror is required to be registered in the Central Contractor Registration (CCR) prior to receiving an award for this acquisition or for any future awards. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website http://www.ccr.gov/. Questions related to this solicitation shall be submitted, in writing, to the Contracting Department no later than, 11:00 am EST, 25 June 2007. Questions received after 11:00 am EST, 25 June 2007 will not be considered. Responses to this solicitation are due by 11:00 am EST on 27 June 2007, to be considered for award. Con tractors shall respond to this solicitation via email william.tolleson@usmc.mil, fax (910) 451-0450 or mail to Contracting Department, Attn: SSgt William Tolleson, P.O. Box 8368, Marine Corps Base, Camp Lejeune, NC 28547-8368, respectively. If the method for submitting a quote requires a physical address, send to Contracting Department, Attn: SSgt William Tolleson, Bldg. 1116, Marine Corps Base, Camp Lejeune, NC 28542-0004. The burden of insuring the Contractor?s quote(s) is received by this office, by the stated deadline, is the Contractor?s responsibility. For information regarding this solicitation, contact SSgt Tolleson at (910) 451-1713. Attachment 1 Statement of Work for the Special Reconnaissance Level 2 Course. Attachment 2 Past Performance Reference.
 
Record
SN01326199-W 20070624/070622235817 (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.