Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

U -- Training and Certification in support of the U.S.Army Chaplains Office in the Strong Bond Program.

Notice Date
1/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-10-R-0033
 
Response Due
2/9/2010
 
Archive Date
4/10/2010
 
Point of Contact
Joyce R. Bettis, (703) 428-0489
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(joyce.bettis@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The requirement is 100% small business set aside, and the associated NAICS code is 611430. The size standard is $7 million. The Government will award a firm-fixed price contract from this solicitation. The period of performance is a base year with two 12 month option years. The period of performance reads as follows: Base Year: 14 February 2010 13 February 2011, Option Year I: 14 February 2011 13 February 2012, Option Year II 14 February 2012 13 February 2013. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. This requirement is for certification training for 180 Army chaplains, chaplains assistants and family members in the Strong Bonds version of the Survival Skills for Healthy Families program. Questions pertaining to this requirement are due NLT 3 February 2010. Questions shall be emailed to the Contract Specialist, Joyce Bettis (email listed below). The completed Request for Proposal (RFP) is due 9 February 2010. The RFP will be emailed to joyce.bettis@us.army.mil. Its the sole responsibility of the offeror to review the FEDBIZOPPS site for any amendments or updates. No information or questions concerning this RFP or request for clarifications will be provided in response to telephone calls. Please see the attached Performance Work Statement for description of services. Clauses can be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. Instructions to Offerors IAW 52.212-1 Instruction to Offerors Commerical Items. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. LATE OFFERS; Request for Proposals or modification of proposals received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. The submission shall be clearly indexed and logically assembled. Each volume shall be appropriately numbered and clearly identified with the date and solicitation number in the header and/or footer and shall begin at the top of each page. The offeror is required to provide one redacted copy without the names (i.e. company, key personnel, etc.). Interested Offerors should contact the contract specialist via email for an offeror code. This code is to be used throughout your proposal in lieu of your company name or logo and must be clearly identified on each volume of your proposal. NOTE: Please submit a cover letter with your redacted proposal addressed to Mrs. Joyce Bettis with your companys contact information. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following page setup parameters. Margins Top, Bottom, Left, Right 1 Gutter 0 From Edge Header, Footer 0.5 Page Size, Width 8.5 Page Size, Height 11 The following additional restrictions apply: Each paragraph shall be separated by at least one blank line. A standard, 12-point minimum font size applies. New Times Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. The offerors proposal shall consists of three separate volumes with one original and one redacted copy of each volume. Offerors shall attach a cover sheet to the outer cover of each volume, which clearly identifies each volume-by-volume number, volume name, and copy number (i.e., Volume I, Technical, copy 2 of 6), Request for Proposal (RFP) number, and date of submission. Use tab indexing to identify all sections within a particular proposal volume. Do not include writing on the tab index page other than that required to identify the particular section. The page count is as follows: Proposal PartPage Count Volume I Technical- NTE 50 pages, excluding the QCP, excluding resumes, covers, title pages, executive summaries, and table of contents and supporting documentation. Volume II Past Performance- NTE 15 pages, excluding covers, title pages, executive summaries, and table of contents. Volume III PriceNo Page Limitation Those pages that exceed the page counts for each volume or attachment will not be evaluated. If there are more than forty-five (45) lines of text on any page, the sum of the additional lines will be removed from back to front of the particular volume or attachment and will not be evaluated. Request for Proposal (RFP) should be submitted and shall contain the following information: RFP Number; TIME SPECIFIED FOR RECEIPT OF OFFERORS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed proposals must indicate quantity, unit price, and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Proposal shall also contain all other documentation specified herein. EVALUATION/AWARD; IAW FAR 52.212-2, EvaluationCommercial Items, the Government will award a contract to the offeror whose proposal is judged to represent the lowest price technically acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation that will be most advantageous to the Government. Award will be made using the Lowest Price Technically Acceptable (LPTA). Offerors are urged to ensure that their proposals are submitted on the most favorable terms to reflect their best possible potential. Proposals should not contain classified data. The technical proposal will describe the capability of their organization and any anticipated subcontractors to perform the work in accordance with the Performance Work Statement. The following factors shall be used to evaluate offers. Factor 1- Technical Approach- Subfactor I- Understanding of the Requirement- The Government will evaluate the offerors understanding of the work to be performed in accordance with the PWS. The offeror shall submit a proposal that demonstrates its understanding of the work described in Part 5 of the PWS and the extent to which potential risks are identified and mitigated. Offerors are cautioned parrotingof the PWS with a statement of intent to perform does not reveal the offerors understanding of the problems or their capability for addressing it. Subfactor II- Quality Control Plan- The Government will evaluate the offerors Quality Control Plan (QCP) on how it demonstrates how they intend to monitor, inspect, and correct deficiencies for the requirements of the PWS. The Government shall incorporate the QCP in the contract that will result from this solicitation. The QCP will no longer be considered proprietary and will be considered releasable under FOIA. Factor 1, Technical, will be rated using the following Adjectival Scale. ADJECTIVAL DEFINITION Acceptable- The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. Unacceptable- The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. Factor 2 Past Performance- The offeror will submit past performance of 3 current or previous contracts for relevancy (within the last 3 years) based on how well the contractor performed on projects of similar dollars value, scope and complexity. Offerors are advised that the Government may use past performance information obtained from the centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. Profiles of contract efforts should include dates, location, types of contract, dollar values, descriptions of the work and references. References information should include the name, address, fax number and telephone number of the Contracting Officer or contract administrator. Phone interviews with the references submitted for the past contract efforts on similar work will be used to confirm those efforts and determine whether they met or exceeded contractual requirements. Reference should also be provided for any anticipated subcontractors to be used. The absence of past performance data will be rated neither favorably nor unfavorably. Factor 2, Past Performance, will be rated using the following Adjectival Scale ADJECTIVALDESCRIPTION Low Risk- Little doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. Moderate Risk-Some doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. High Risk-Significant doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. Unknown Risk-Little or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. Factor 3 Price- Price proposals will be evaluated for reasonableness and to determine the best overall value to the Government. The offeror shall also provide a detailed breakout of all labor categories and other costs that are associated with the work specified in the Performance Work Statement. The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. No adjective ratings will be used to evaluate price. Submit your proposal in accordance with the following CLINs: CLIN 0001 Training Strong Bonds 6 EA $________________ CLIN 0002Other Direct Costs (Travel) NOT TO EXCEED $ 14,330.00 CLIN 0003Contractor Manpower Report 1ea $________________ CLIN 1001Training Strong Bonds6EA$________________ CLIN 1002Other Direct Costs (Travel)NOT TO EXCEED $14,903.00 CLIN 1003Contractor Manpower Report1ea $_____________ CLIN 2001Training Strong Bonds6EA $___________ CLIN 2002Other Direct Costs (Travel)NOT TO EXCEED $ 15,499.00 CLIN 2003Contractor Manpower Report1ea $ _____________ Contract Manpower Report Clause: 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: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Actual direct labor hours (including sub-contractors); (6) Actual direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (OCRA) must be activated. OCRA registration for online representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRENSENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793);FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; FAR 52.219-6 Notice of Total Small Business Set Aside and FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities; FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.242-15 Stop Work Order; DFAR 252.201-7000 Contracting Officers Representative; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.252-2 Clauses Incorporated by Reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/178e5cb9fc92ea7c10a9c5bab6a9ae5c)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stoval Street, 11th Floor Alexandria VA
Zip Code: 22331
 
Record
SN02051638-W 20100130/100128234714-178e5cb9fc92ea7c10a9c5bab6a9ae5c (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.