Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

99 -- Provide 41IBCT White Cell Support for the Oregon Army National Guard

Notice Date
6/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W90KMU-8154-6301
 
Response Due
6/26/2008
 
Archive Date
8/25/2008
 
Point of Contact
Brandy Kloock, 503-584-3769
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as 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. The solicitation is W90KMU-8154-6301 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 26 Jun 08, 1:00 p.m. Oregon Local Time. The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 611699. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: 1. General. 1.1 The 41 IBCT of the Oregon Army National Guard has identified a requirement for a White Cell support contract which includes Lane Facilitators (LF), Foreign Language Speaking (FLS) Role Player, and Role Player personnel services, Training Lane Planning and the associated supervision and project management required to meet the training objectives. The 41 IBCT will conduct training at Gowan Field, Idaho August 4, 2008 until 19 August 2008. The contractor is responsible to ensure all services are provided to fulfill the contract during this training period for 14 calendar days from 4-17 August 2008. The Government will provide the training site environment to include a training village consisting of a city hall, mosque, medical facility and 12-18 villager houses. The village is constructed from conex-like containers with faux stucco siding and miscellaneous Arab effects and signage to reflect a realistic feel for 41 IBCT soldiers being trained. The Government will provide sleeping tents, subsistence, and transportation within the Training Areas to contractor employees at FOB PIONEER. The village site is approximately 5 miles from FOB PIONEER. Role Players provide essential training experience to soldiers preparing for combat operations in varying conditions. Conditions may vary from coordinating an opportunity to meet with local leaders, a time to provide medical support to local children, assessments of the attitudes of the population in a certain area; de-escalate a situation by communicating properly with local religious leaders, or directing both combatants and non-combatants during steady state operations. 2. For a complete Statement of Work Contact: Nicollette Kennemer at 503-584-3764 or email requesting a copy to nicollette.kennemer@ng.army.mil 12. Evaluation Factors for Award Funds are not currently available for this contract. The governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. This contract contains FAR clause 52.232-18 Availability of Funds. 12.1 The government will award a Firm Fixed Price contract based on funds available at time of award to the contractor that submits a proposal that: 12.1.1 Demonstrated Past Performance: Contractor Past Performance will be evaluated by the Government based on 3-5 previous projects of similar type that the contractor submits for consideration. Past Performance information is used to determine the confidence the Government has is the contractors ability to perform under this contract. 12.1.2 Technical Factors: Proposals will be evaluated for: 1. FLS/Role Player experience in conducting training with Army units 2. Realism/Accuracy and authenticity of FLS/Role Player engagements 3. Lane Facilitator background and experience. 4. Betterments: Items provided by the contractor which are above and beyond what is outlined in this SOW that are offered by the contractor with minimal expense to the Government. Betterments should be drawn from the contractors own experiences in performing similar work, and included in the proposal as a means to enhance training objectives. 12.1.3 Price: Price will be evaluated basis of realism and reasonableness. 12.2 The estimated number of contractor employees dedicated to Role Players/FLSs/LFs as represented in this SOW are for budget estimating purposes. Each contractor may elect to provide ratios and densities which are different than the SOW estimates per functional area. Critical elements to provide in priority are as follows: FLSs Role Players, Role Players, and Lane Facilitators in that order. 12.3 The Government will consider trade-offs for price and other non-price related items. Past Performance and Technical approach when combined is significantly more important than price. A proposal that best represents the Best Value to the Government will be considered for award. 12.4 Funds are presently not available for performance under this contract. The Governments obligation for performance of this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a). All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); provision 52.211-6, Brand Name or Equal (Aug 1999); provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: Nicollette Kennemer at 503-584-3764 Quotations can be mailed to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to nicollette.kennemer@ng.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d419fe8d1bb70ace641132cd1ee5c2d6&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN01592173-W 20080614/080612215935-d419fe8d1bb70ace641132cd1ee5c2d6 (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.