Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
SOLICITATION NOTICE

U -- Crime Scene Investigation and Evidence Collection Course

Notice Date
1/31/2008
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-08-Q-0003
 
Response Due
2/19/2008
 
Archive Date
4/19/2008
 
Point of Contact
Brenda McKnight, 515-252-4114
 
E-Mail Address
Email your questions to USPFO for Iowa
(brenda.mcknight@ia.ngb.army.mil)
 
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 announce ment 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-08-Q-0003. All proposals shall reference the RFQ number a nd shall be submitted by 11:00 A.M. local time on 19 Feb 2008. The anticipated award date is 22 Feb 2008. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-23 dated 26 D ec 2007. (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) awa rd may 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, supervision, and associated services to provi de education services to carry out the Midwest Counterdrug Training Centers (MCTC) mission requirements to provide Crime Scene Investigation and Evidence Collection Courses as defined in the Statement of Work. Line Item 1, Base Year- Six Course Iteration s; Line Item 2, One time charge for CMR Reporting (FY08); Line Item 3, Option Year One- Six Course Iterations; Line Item 4, Option Year One  One time charge for CMR Reporting (FY09); Line Item 5, Option Year Two- Six Course Iterations; Line Item 6, Option Year Two -One time charge for CMR Reporting (FY10); Line Item 7, Option Year Three- Six Course Iterations; Line Item 8, Option Year Three One time charge for CMR Reporting (FY11); Line Item 9, Option Year Four- Six Course Iterations; Line Item 10, Option Year Four One time charge for CMR Reporting (FY12). Clarification for 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 workforc e from Contractors supporting the Army. Please read the implementation 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 will 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. Reporting 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 Statement 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 Governm ent will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors co nsidered with the Governments stated importance of evaluation criteria. The Technical factors will include Course Content and Materials and Instructor Qualifi cations. Technical and Past Performance are approximately equal in value, but when combined are significantly more important than price. To be considered, quotes must be valid through 05 March 2008. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors initial proposal should contain the offerors 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 inclu de a price per class. The proposed price must include all travel, lodging and meal expenses incurred by the instructors during the course durations. All expenses related to printing and delivery of course materials are the responsibility of the vendor an d must also be included. Pricing should be submitted as a separate attachment. The vendor submittal requirements are as follows: 1. COURSE CONTENT AND MATERIALS: Two (2) copies of all materials that will be used to conduct the class and that are provid ed 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 students; (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 of Topics Covered, by block of instruction, hour by hour, etc. (6) Any textbooks, workbooks, handouts, q uizzes, tests, worksheets, scenarios, practical exercises, etc. All materials submitted will be held in confidence by the Iowa National Guard and will only be used to evaluate the contract proposal. All materials submitted will become the property of and b e retained by the Iowa National Guard. The material must demonstrate compliance with the SOW must be addressed to the target audience. 2. INSTRUCTOR QUALIFICATIONS: The offeror shall submit the following: (1) A resume or biography for each instructor detai ling the educational background, professional experience, and employment history of each instructor and (2) Identify in writing any pertinent certifications, degrees, affiliations, published material, previous work history or research undertakings. 3. PAS T 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) contracts that demonstrate experience in performing work that is similar in scope, size complexity, and c lient type to the requirements of the Statement of Work (SOW). Include dates, locations, audience type, name, email address (if known), phone and fax number of the point of contact (POC) for students that have taken previous instructions. (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 FA R clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract (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; 52.219-8, Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and R emedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-25 Affirmative Action, 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 Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Regist ration (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; The following clauses and provisions within 252.212-7001, 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 tex t: 52.252-1, Provisions incorporated by Reference; 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil); 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824). FAR 52.217-9, Option to exten d 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 preliminary 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 this option clause. (c) The total duration of this con tract, 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 22 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 requested and incorporated in the resultant contract r etroactive 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 Determination, changes/amendments, questions and answer s, will be posted on the following website: http://216.81.179.134/ebs/advertisedsolicitations.asp (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: Ms. Tamara Peterson, Contract Specialist at or before 11:00 a.m., 05 Feb 2008. For information regarding this solicitation contact Ms. Tamara Peterson at tamara.peterson @us.army.mil or CW4 Mark Thompson at mark.lowell.thompson@us.army.mil. For mal 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/adv ertisedsolicitations.asp. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted above not later than 11:00 a.m., 01 Feb 2008. Terms of the solicitation and specification s remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of s olicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVII) Point of Contact is Ms. Tamara Peterson (515) 252-4498.
 
Web Link
W912LP-08-Q-0003
(http://216.81.179.134/ebs/advertisedsolicitations.asp)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
Zip Code: 50131-1902
Country: US
 
Record
SN01497405-W 20080202/080131224700 (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  © 1994-2020, Loren Data Corp.