Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

78 -- Marine Corps Junior Reserve Officers Training Corps (MJROTC) Leadership Development Program (LDP)

Notice Date
5/16/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps RCO - Northeast Region/Quantico/National Capital Region, M00264 MARINE CORPS RCO - NORTHEAST REGION/QUANTICO/NATIONAL CAPITAL REGION 2010 Henderson Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026408R0036
 
Response Due
5/21/2008
 
Point of Contact
Sgt. Byron Moody 703-432-1668
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis SolicitationSolicitation Number: M00264-08-R-0036 Posted Date: 16 May 2008Original Response Date: 21 May 2008Current Response Date: 21 May 2008Classification Code: NAICS Code: 721214Unrestricted Solicitation Contracting Office Address Regional Contracting Office NE; Bldg 2010 Henderson Road; MCB Quantico Quantico, VA 22134 Purpose The contractor shall develop Resident Leadership Development Program. This includes providing a training facility and grounds to support the MC JROTC resident Leadership Development Program (LDP), adequate logistical support and facilities, and staff augmentation from appropriately qualified personnel. This training program will support groups of 100-200 cadets and instructors. Cadets range in age from 14 to 19 years old. DescriptionThis is a combined synopsis/ solicitation for the procurement of a Resident Leadership Development Program, which has been prepared in accordance with the format in FAR subpart 12.6 and 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. Solicitation M00264-08-R-0036 is a Request for Proposal (RFP) and incorporates the provisions and clauses in effect through the Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. The Government anticipates issuing a Firm Fixed Price (FFP) commercial contract using Best Value criteria per Federal Acquisitions Regulations (FAR) 15.101, for a 180 day period to the successful offeror. FAR 52.212-1 INSTRUCTIONS TO OFFERORS: COMMERCIAL ITEMS: Offerors shall submit a combined technical/ business proposal as an element of their offer. Offerors shall not submit more than one (1) offer in response to this solicitation. An original and two (2) copies of the offer are required. Offerors must submit Contractor Name, Address, DUNS, Cage Code, and Tax Identification Number (TIIN). Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the products may have an adverse impact on your evaluation. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its contents. The business proposal shall ensure that all elements of the Schedule of Deliverables, corresponding tables, and appropriate representations and certifications are completed. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Contracting Specialist. Proposals shall be prepared using Arial or Times New Roman; 11-point font style on 8x11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material will be double spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined business proposal shall not exceed 15 total pages, inclusive of product literature. To supplement their written proposal, offerors may provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, safety and reliability. There is no limitation for the CD-ROM, however all material provided through this medium shall be appropriately referenced in the written proposal; the CD-ROM shall not be considered a stand-alone element of the offeror. To support their business offer, offerors are requested to submit electronic pricing workshops (e.g. Schedule of Deliverables) (e.g. MS Excel) inclusive of formulas, also on the CD-ROM. If conflicts arise between material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. Proposal Content: Describe your ability to develop and administer a Resident Leadership Development Program meeting the specific requirements as outlined. Sealed offers for the items to be provided shall be hand-carried, e-mailed to byron.moody@usmc.mil, or express mailed via UPS or Federal Express to arrive at the following location no later than 1000 (EST) 21 May 2008; Regional Contracting Office; ATTN: Sgt Byron Moody; Bldg 2010 Henderson Road; MCB Quantico, VA 22134. Note: Offerors are advised that proposals sent by conventional US Mail Service are not routed to the above address. FAR 52.212-2: EVALUATION: COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Ability2. Past Performance3. Price Technical and past performance, when combined, are significantly more important than evaluated price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Ability The contractor must have the ability to provide the facilities to support this LDP in accordance with the SOW. The Contractor shall provide a detailed training plan and schedule which reflects the requirements of the SOW. Subfactor a: Experience The contractor must have demonstrated experience in implementing the MC JROTC LDP. Subfactor b: Depth of program knowledge The contractor must have knowledge of US military leadership, history and logistics. Factor 2: Past performance The Contractor shall provide two (2) references where they have performed this type of support previously. References shall include the following information:Contract NumberName and phone number of Point of ContactDollar ValueBrief synopsis of work performedAny issues that arose and their resolution Factor 3: Evaluated Price Although price is the least important factor, it becomes increasingly important when offerors receive similar ratings for the other factors. The Government will evaluate price by comparing the proposed prices of all offerors and determining if they are fair and reasonable. Comparison of the proposed prices is considered in the overall evaluation of best value to the Government. The Government may accept other than the lowest priced proposal if the perceived benefits of a higher priced proposal is deemed to merit the higher price. Task Description MARINE CORPS JUNIOR RESERVE OFFICERS TRAINING CORPS (MCJROTC) LEADERSHIP DEVELOPMENT PROGRAM(LDP)1.General a.This Statement of Work requires execution of a resident Leadership Development Program. This includes providing a training facility and grounds to support the MC JROTC resident Leadership Development Program (LDP), adequate logistical support and facilities, and staff augmentation from appropriately qualified personnel. This training program will support groups of 100-200 cadets and instructors. Cadets range in age from 14 to 19 years old. 2.Background a.The MCJROTC system requires a resident Leadership Development Program to prepare, through education and training, cadets who have been identified as prospective leaders for duty with their respective units. The vehicle for learning is restricted to team oriented tasks and processes incorporating to the maximum extent principles of military leadership. 3.Scope of Work a.The contract effort will provide support to execute a MCJROTC leadership development resident program. Contractor will provide:(1) Training facilities fashioned after the training facilities found on most Marine Corps bases to include support for:(a) The Marine Corps Leadership Reaction course.(b) Ropes courses to include the high and low ropes courses.(c) Land Navigation course. (d) Close order drill training.(e) Water safety course.(f) Physical fitness training.(g) Team building training.(2) Appropriate logistical facilities and support to support a group of up to 200 cadets and instructors. (a) Group billeting in groups of 10-15 Marines.(b) Feeding of 100 cadets in a period of one hour.(c) Adequate restroom facilities in each training area consistent with training capacity. (d) Adequate first aid facilities.(e) Equipment to support the MC JROTC LDP. 4.Contractor Personnel Qualifications a.The contractor shall provide the following:(1) Personnel with a robust knowledge of the MC JROTC LDP, appropriate experience in developing and executing military youth leadership training, appropriate military training and education and youth mentoring experience. The contractor will provide all training to support MC JROTC LDP and will be augmented by MC JROTC Instructors as required. (2) Appropriate logistical support personnel to include:(a) Food preparers and servers to support the group sizes and feed rates previously identified.(b) Appropriately qualified medical personnel to support the group sizes previously identified. The medical personnel should be readily available within each training area while training is being conducted. 5.Place of Performance a.Work will be performed at the contractors facility. 6.Specified Tasks a.The contractor responsibilities will include program execution to include provision of facilities and all support functions for approximately 200 Cadets per training period, which will take place during the week of 6 - 12 July and 13 - 19 July 2008.b.The contractor will conduct proper logistical coordination with the MCJROTC branch as needed.c.The contractor will establish and execute the training plan which is based on MC JROTC LDP curriculum. d.The contractor shall provide a project timeline and implementation plan that will provide detailed milestones and deliverables. Examples of milestones/deliverables can be seen below. TaskDeliverablePerformance MetricDevelop detailed training planA training plan that translates the curriculum into Terminal and Enabling Learning Objectives linked to specific training events. This plan should include a logical and sequential accomplishment of objectives within a 5-day training period.Develop a detailed training schedule A detailed training schedule depicting timelines, locations, personnel and equipment requirements for two distinct and separate training periods during the pilot phase.Detailed milestones and deliverables supporting training Execution, Evaluation, and Refinement.Program execution Refined training and support plan, expense projections, and curriculum materials.Note: All deliverables will be delivered to the COR in Microsoft Word/Power Point 2000. All deliverables will be both paper based 8.5 x 11 and CD format. e.The contractor will provide a weekly status report, document the specified findings, and provide scheduled readout sessions for the MCJROTC branch. These readout sessions will provide detailed updates and act as a forum for dialogue. These reports should identify significant trends, areas for improvement, logistical status, execution of training status, administrative status and medical status of cadets.f.At the conclusion of training, the contractor will provide an After Action Report to include a summary of the training evolution, areas for improvement, any significant problems, their resolutions and recommendations for future training camps. The After Action Report shall be submitted within 14 business days after completion of the period of performance.g. The contractor will provide facilities, logistical support and personnel as previously outlined in this document. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS, 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS, 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATION COMMERCIAL ITEMS, 52.212-2 EVALUATION COMMERCIAL ITEMS, DFAR 252.201-7000 CONTRACTING OFFICERS REPRESENTATIVE, 252.212-7001 CONTRACT TEMRS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS, 25.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS are incorporated in this solicitation. Also, local clauses addressing Wide Area Work Flow and Authorized Personnel will be included. Original Point of Contact Sgt. Byron Moody, Contract and Procurement Specialist, Phone (703) 432-1668, Fax (703) 784-5908, Email byron.moody@usmc.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0fc9cd93e90986f78761ffef9bac137d&tab=core&_cview=1)
 
Record
SN01575698-W 20080518/080516221727-535d5db1f7e59e1ecff16d81b6574451 (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.