Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

U -- Introuduction to Intelligence Courses; Intermediate Intelligence Courses;

Notice Date
12/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-09-Q-0004
 
Response Due
12/30/2008
 
Archive Date
2/28/2009
 
Point of Contact
Renee Rausch, 515-252-4615<br />
 
Small Business Set-Aside
N/A
 
Description
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. This solicitation is issued under Request for Quotation (RFQ) number W912LP-09-Q-0004. All proposals shall reference the RFQ number and shall be submitted by 1:00 P.M. local time on 30 Dec 2008. The anticipated award date is 05 Jan 09. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-29 dated 14 Nov 2008. This acquisition is reserved for small business concerns; 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 may be made to participating large business. The North American Industry Classification system code (NAICS) 611699 size standard of 7M. Contract line item numbers and quantities: CLIN 0001, Base Year (FY09) Intelligence for Law Enforcement Courses; Sub CLIN 0001AA- Introduction to Intelligence Courses- Four (4) Course Iterations; Sub CLIN 0001AB- Intermediate Intelligence Courses- Six (6) Course Interations; Sub CLIN 0001AC, One time charge for CMR Reporting (FY09); CLIN 0002, Option Year One (FY10) Intelligence for Law Enforcement Courses; Sub CLIN 0002AA- Introduction to Intelligence Courses- Six (6) Course Iterations; Sub CLIN 0002AB- Intermediate Intelligence Courses- Eight (8) Course Interations; Sub CLIN 0002AC, One time charge for CMR Reporting (FY10); CLIN 0003, Option Year Two (FY11) Intelligence for Law Enforcement Courses; Sub CLIN 0003AA- Introduction to Intelligence Courses- Six (6) Course Iterations; Sub CLIN 0003AB- Intermediate Intelligence Courses- Eight (8) Course Interations; Sub CLIN 0003AC, One time charge for CMR Reporting (FY11); CLIN 0004, Option Year Three (FY12) Intelligence for Law Enforcement Courses; Sub CLIN 0004AA- Introduction to Intelligence Courses- Six (6) Course Iterations; Sub CLIN 0004AB- Intermediate Intelligence Courses- Eight (8) Course Interations; Sub CLIN 0004AC, One time charge for CMR Reporting (FY12); CLIN 0005, Option Year Four (FY13) Intelligence for Law Enforcement Courses; Sub CLIN 0005AA- Introduction to Intelligence Courses- Six (6) Course Iterations; Sub CLIN 0005AB- Intermediate Intelligence Courses- Eight (8) Course Interations; Sub CLIN 0005AC, One time charge for CMR Reporting (FY13); Description of requirements for the items to be acquired: Furnish all labor, material, supervision, and associated services to carry out the Midwest Counterdrug Training Centers (MCTC) mission requirements for an Introduction to Intelligence Course and an Intermediate Intelligence Course as defined in the Statement of Work. Clarification for Sub CLINS 0001AC, 0002AC, 0003AC, 0004AC, and 0005AC: 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 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. Places of Performance: Reference the Statement of Work. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation - Commercial Items. The Government 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 considered with the Governments stated importance of evaluation 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. 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. For the Statement of Work which includes the vendor submittal requirements, please go to: http://216.81.179.134/ebs/advertisedsolicitations.asp, select the aforewritten RFQ number and download the posted documents. 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). 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 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 Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment; 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment. 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. The following additional clauses are incorporated by reference: 52.232-18, Availability of Funds; 52.233-3, Protest after Award and 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 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, Johnston, IA 50131-1824); 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 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 contract, including the exercise of any options under this clause shall not exceed five years; 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 68 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 retroactive to the date of contract award and there shall be no adjustment in the contract price. All information relating to this solicitation, including pertinent SOW, submittal requirements, Department of Labor Wage Determination, changes/amendments, questions and answers, will be posted on the following website: http://216.81.179.134/ebs/advertisedsolicitations.asp Sign and date your offer, then submit to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: MSgt Renee Rausch, Contract Specialist at or before 1:00 P.M. local time on 30 Dec 2008. For information regarding this solicitation contact MSgt Renee Rausch, renee.rausch@us.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 E-mail address noted above not later than 1:00 P.M. local time on 29 Dec 2008. Terms of the solicitation and specifications 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 Contractor Registration (http://www.ccr.gov). Point of Contact is MSgt Renee Rausch, (515) 252-4615.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=532150650b5f8add18d1ae860d64652f&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA<br />
Zip Code: 50131-1824<br />
 
Record
SN01719176-W 20081217/081215215712-532150650b5f8add18d1ae860d64652f (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.