Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

U -- Trial Preparation, Presentation and Testimony Courses

Notice Date
2/24/2009
 
Notice Type
Presolicitation
 
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-0007
 
Response Due
3/13/2009
 
Archive Date
5/12/2009
 
Point of Contact
Tamara Peterson, 515-252-4498<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-0007. All proposals shall reference the RFQ number and shall be submitted by 11:00 A.M. local time on 13 Mar 2009. The anticipated award date is 18 Mar 2009. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-29 dated 19 Jan 2009. 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) award may be made to participating large business. The North American Industry Classification system code (NAICS) 611699 size standard of $7 M. Description of requirements for the items to be acquired: Furnish all labor, material, supervision, and associated services to provide education services to carry out the Midwest Counterdrug Training Centers (MCTC) mission requirements to provide Trail Preparation, Presentation, and Testimony Courses. CLIN 0001 Trial Preparation, Presentation, and Testimony, Sub CLIN 0001AA Trial Preparation, Presentation & Testimony Base Year- FY09- Two (2) Course Iterations, Sub CLIN 0001AB One time CMR Report FY09. CLIN 0002 Trial Preparation, Presentation & Testimony Option Year 1 FY10, Sub CLIN 0002AA Trial Preparation, Presentation & Testimony Option Year 1 FY10 -Eight (8) Course Iterations, Sub CLIN 0002AB One time CMR Report Option Year 1 -FY10. CLIN 0003 Trial Preparation, Presentation, and Testimony, Sub CLIN 0003AA Trial Preparation, Presentation & Testimony Option Year 2 FY11-Eight (8) Course Iterations, Sub CLIN 0003AB One time CMR Report Option Year 2 FY11. CLIN 0004 Trial Preparation, Presentation, and Testimony, Sub CLIN 004AA Trial Preparation, Presentation & Testimony-Option Year 3- FY12-Eight (8) Course Iterations, Sub CLIN 0004AB One time CMR Report Option Year 3 FY12. CLIN 0005 Trial Preparation, Presentation & Testimony Option Year 4 FY13, Sub CLIN 0005AB Trial Preparation, Presentation & Testimony Option Year 4 FY13-Eight (8) Course Iterations, Sub CLIN 0005AB One time CMR Report- Option Year 4 FY13. Clarification for Sub CLIN 0001AB, 0002AB, 0003AB, 0004AB, 0005AB: 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://cmra.army.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 are approximately equal in value, but when combined are significantly more important than price. To be considered, quotes must be valid through 13 April 2009. 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. 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)). FAR 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 above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract 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 Remedies; 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 Registration (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. The following additional clauses and provisions are added in full text: 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). All information relating to this solicitation, including pertinent SOW, 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, 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., on 13 Mar 2009 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. 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 email address noted above not later than 11:00 a.m., 10 Mar 2009. 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 Ms. Tamara Peterson (515) 252-4498.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4e6a8297c21722fb0c317d5bb87a148&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
SN01756054-W 20090226/090224221250-a4e6a8297c21722fb0c317d5bb87a148 (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.