Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

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

Notice Date
2/19/2010
 
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-0036
 
Response Due
2/24/2010
 
Archive Date
4/25/2010
 
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
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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The requirement is full and open 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: 28 February 2010 27 February 2011, Option Year I: 28 February 2011 27 February 2012, Option Year II: 28 February 2012 27 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 7 Habits of Highly Effective Families program and train 220 Army Chaplains, chaplains assistants and family members in the 8 Habits of Successful Marriage program. Questions pertaining to this requirement are due NLT 22 February 2010 at 2:00 PM eastern standard time. Questions shall be emailed to the Contract Specialist, Joyce Bettis (email listed below). The completed Request for Proposal (RFP) is due 24 February 2010 at 12:00 PM eastern standard time (EST). 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 Commercial 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 consist of five 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 TechnicalNTE 50 pages, excluding the QCP, excluding resumes, covers, title pages, executive summaries, and table of contents and supporting documentation. Volume II Past PerformanceNTE 8 pages, excluding covers, title pages, executive summaries, and table of contents. Volume III Small Business Participation Plan/Subcontracting PlanNTE 20 pages, excluding covers, title pages, executive summaries, and table of contents. Page count excludes the Small Business Subcontracting Plan. Volume IV Price.No Page Limitation Volume V- Representation and CertificationsNTE 30 pages, excluding covers, title pages, executive summaries and table of contents. 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. Volume II Past Performance shall be organized into the following sections: (1) Section 1 Contract Descriptions. This section shall include the following information in the following format: (a) Contractor/Subcontractor place of performance, CAGE Code and DUNS Number. If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, e-mail address, and telephone and fax numbers). (b) Government contracting activity, and current address, Procuring Contracting Officer's name, e-mail address, telephone and fax numbers. (c) Governments technical representative/COR, and current e-mail address, telephone and fax numbers. (d) Government contract administration activity and the Administrative Contracting Officer's name, and current e-mail address, telephone and fax numbers. (e) Government contract administration activity's Pre-Award Monitor's name, and current e-mail address, telephone and fax numbers. (f) Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also. (g) Contract Type (specific type such as Fixed Price (FP), Cost Reimbursement (CR), Time & Materials (T&M), etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc)). (h) Awarded price. (i) Final or projected final price. (j) Original delivery schedule, including dates of start and completion of work. (k) Final or projected final delivery schedule, including dates of start and completion of work. (2) Section 2 - Performance. Offerors shall provide a specific narrative explanation of each contract listed in Section 1 describing the objectives achieved and detailing how the effort is relevant to the requirements of this solicitation. (a)For any contracts that did not/do not meet original schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective action(s) taken to avoid recurrence. The offerors shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. All Requests for Deviation and Requests for Waiver shall be addressed with respect to causes and corrective actions. The offerors shall also provide a copy of any Cure Notices or Show Cause Letters received on each contract listed and a description of any corrective action implemented by the offeror or proposed subcontractor. The offerors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. (3) Section 3 New Corporate Entities. New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. Past Performance Questionnaire: The offeror shall complete Part I of the Past Performance Questionnaire and email the questionnaire to the Government and private sector technical representative responsible for the past/current contract. The POCs shall be instructed to electronically complete Part II of the questionnaire and email the entire questionnaire to the Contract Specialist, Joyce Bettis@ us.army.mil no later than 24 February 2010 at 12:00 PM EST. The offeror shall also email to the Contract Specialist, Joyce Bettis a list of all POCs who were sent a questionnaire. The Government must receive this list no later than 24 February 2010 at 12:00 PM EST. The POC List shall be submitted in Word for Windows Table Format to include the following fields Solicitation Number; Company Name; Contract Number; Government Agency; POC Last Name, First Name; POC Title; POC Telephone Number; POC Email Address; Date E-Mailed to POC (month/day). The Past Performance Questionnaire will not be part of the resultant contract. Small Business Participation Plan (1) All offerors, both small and large businesses, are required to submit Small Business Participation Plan information in accordance with DFARS 215.304 that shall include the following: (a)Type of Business of Prime Contractor: Check all applicable boxes { } Large { } Small (also check type of Small Business below) { } Small Disadvantaged Business { } Women-Owned Small Business { } HUBZone Small Business { } Veteran Owned Small Business { } Service Disabled Veteran Owned Small Business (b)Small Business Participation Goals: Use the matrix below to propose your small business participation goals. Each participation percentage below shall be accompanied by detailed supporting documentation. An explanation is required as to why a goal(s) specified by the Government in a solicitation cannot be met or exceeded. Failure to provide an explanation to the Government may adversely affect the offerors small business participation rating under this factor. An offeror who qualifies as a small business should include its prime contractor dollars in calculating proposed percentage goals in all of the small business categories that the offeror qualifies for in the matrix below. The sum of the percentages in matrix categories for small business (E thru I) may exceed 100% since individual subcontractors may be counted in more than one category. DESCRIPTION DOLLARS% of TOTAL ACQUISITION VALUE A.TOTAL CONTRACT VALUE : This value should include all options, etc. and match the TOTAL CONTRACT VALUE you have proposed in your price proposal volume. 100% B.DOLLAR VALUE AND PERCENTAGE OF YOUR PARTICIPATION AS PRIME CONTRACTOR: If you are a small business offeror, you receive credit for participation As a prime contractor. (%=BA) C.DOLLAR VALUE AND PERCENTAGE OF SUBCONTRACTS PLANNED FOR LARGE BUSINESS (%=CA) D.DOLLAR VALUE AND PERCENTAGE OF PARTICIPATION/SUBCONTRACTS PLANNED FOR SMALL BUSINESS: This is the sum of all subcontracts to Small Business, Small Disadvantaged, Women Owned Small, HUBZone Small, Veteran Owned Small, Service Disabled Veteran Owned Small and HBCU/MI. If the offeror is any of these Small Business categories, include the dollars reflecting participation as the prime contractor from B above. (%=DA) E.DOLLAR VALUE AND PERCENTAGE OF PARTICIPATION/SUBCONTRACTS PLANNED FOR SMALL DISADVANTAGED BUSINESS (SDB) AND HBCU/MI This should reflect the value of all subcontracts planned for SBA CERTIFIED SDB (as verified in CCR/Dynamics Small Business Search) or HBCU/MI. If the offeror is an SBA CERTIFIED SDB or HBCU/MI, include the dollars reflecting participation as the prime contractor from B above. (%=EA) F.DOLLAR VALUE AND PERCENTAGE OF PARTICIPATION/SUBCONTRACTS PLANNED FOR WOMEN-OWNED SMALL BUSINESS: This should reflect the value of all subcontracts planned for Women-Owned small businesses. If the offeror represents itself as a Women-Owned small business, include the dollars reflecting participation as the prime contractor from B above. (%=FA) G.DOLLAR VALUE AND PERCENTAGE OF PARTICIPATION/SUBCONTRACTS PLANNED FOR HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) SMALL BUSINESS: This should reflect the value of all subcontracts planned for SBA CERTIFIED HUBZone Small businesses as verified in CCR/Dynamics Small Business Search. If the offeror is an SBA CERTIFIED HUBZone small business, include the dollars reflecting participation as the prime contractor from B above. (%=GA) H.DOLLAR VALUE AND PERCENTAGE OF PARTICIPATION/SUBCONTRACTS PLANNED FOR VETERAN OWNED SMALL BUSINESS: This should reflect the value of all subcontracts planned for ALL Veteran Owned small businesses including Service-Disabled Veteran-Owned small businesses (SDVOSB). If the offeror represents itself as a Veteran-Owned small business, include the dollars reflecting participation as the prime contractor from B above. (%=HA) I.DOLLAR VALUE AND PERCENTAGE OF PARTICIPATION/SUBCONTRACTS PLANNED FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB): The value of all subcontracts planned for Service-Disabled Veteran-Owned small businesses (SDVOSB).If the offeror represents itself as a SDVOSB, include the dollars reflecting participation as the prime contractor from B above. Total should be equal to or less than H. (%=IA) (c) List principal supplies/services to be subcontracted under this contract, and the types of businesses supplying them. Be as specific as possible (i.e. references to statement of work, etc) which will demonstrate variety and complexity of work. Name of Company (including its *CAGE code) Type of concern Type of Service/Supply Large: Small: Small Disadvantaged and HBCU/MI: Women-Owned Small: HUBZone Small: Veteran Owned Small Business: Service Disabled Veteran Owned Small: (*CAGE: Commercial and Government Entity) (d) Prior Performance Information: "(1) Provide any information substantiating the offerors track record of utilizing small business on past contracts for Large and Small businesses (include at least the contract number, description of work, and the small business category); "(2) Provide descriptive historical information, i.e. year of contract performance and total contract dollar for ALL small business categories; "(3) Provide any information concerning long-term relationships with Small Business subcontractors, such as mentor-protg relationships, etc.; and "(4) A large business should also include its latest ACO rating and, at a minimum, TWO copies of its most recent Summary Subcontracting Reports (SSR) formerly SF 295s using the web-based electronic Subcontracting Reporting System (eSRS) at http://www.esrs.gov for the previous two years. (e) Extent of Commitment: Provide documentation regarding signed commitments for this effort including teaming agreements. Copies of such agreements should be provided as part of your small business participation plan. In order to comply with the requirements for the Small Business Participation Plan, please be sure you have: a)based your percentages on TOTAL ACQUISITION VALUE b)included detail documentation supporting the goals you have proposed and a valid reason why goal(s) specified by the Government in the solicitation cannot be met or exceeded. c)included detail documentation regarding your historical performance with all small businesses. 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 AcceptableThe 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. UnacceptableThe 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. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire, Attachment 1. Offeror shall distribute the questionnaire included in the solicitation as an attachment to their references so the form can be completed and submitted directly to the Government. Factor 2, Past Performance, will be rated using the following Adjectival Scale ADJECTIVALDESCRIPTION Low RiskLittle doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. Moderate RiskSome doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. High RiskSignificant doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. Unknown RiskLittle or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. Factor 3 Small Business Participation Plan and Small Business Subcontracting Plan (1) SMALL BUSINESS PARTICIPATION PLAN EVALUATION APPROACH. All offerors (both large and small businesses) will be evaluated on the level of small business commitment demonstrated for the proposed acquisition in accordance with the below evaluation factors: a. The extent to which such firms, as defined in FAR Part 19, are specifically identified in proposals; b. The extent of commitment to use such firms (enforceable commitments will be weighted more heavily than non-enforceable ones); c. The complexity and variety of the work small firms are to perform; d. The realism of the proposal; e. Past performance of the offeror in complying with the requirements of the clauses at FAR 52.219-8, Utilization of Small Business Concerns, and for all large business offerors, FAR 52.219-9, Small Business Subcontracting Plan; f. The extent of participation of such firms in terms of the value of the total acquisition; and g. The extent to which the offeror provides detailed explanations/documentation supporting the proposed participation percentages, or lack thereof. The minimum subcontracting goals listed below for this procurement are a percentage of the total acquisition value. Small Business: 23% Small Disadvantaged Business: 5 % Women-Owned Small Business: 5 % Historically Underutilized Business Zone (HUBZone) Small Business: 3% Veteran Owned Small Business: 4% Service Disabled Veteran Owned Small Business: 3 % Historically Black Colleges and Universities and Minority Institutions: 2 % (NOTE: Because SDB, WOSB, HBCU/MI, HUBZone, SDVOSB are sub-categories of small business, a firm can be counted in more than one category. For example, if a participation plan reflects 5% of the contract value for a Women-Owned Small Business, the WOSB would also count towards the overall Small Business Goal). Total acquisition value equals the cumulative dollars obligated on the contract. Progress will be assessed by the contracting officer at the end of the base period, each option period, and at completion of the contract. I.SMALL BUSINESS SUBCONTRACTING PLAN Each Large Business offeror shall provide a Small Business Subcontracting Plan that contains all the elements required by FAR 52.219-9. Offerors shall adhere to the format outlined in 52.219-9. Goals shall include percentage and dollar goals to be subcontracted for overall small business and sub-categories of small business with a separate part for the basic contract and separate parts for each option (if any). This plan shall be submitted separately from the Small Business Participation Plan. The plan is evaluated as ACCEPTABLE or UNACCEPTABLE during source selection evaluations. The Small Business Subcontracting Plan is a mandatory requirement for award to large businesses and shall be included in and made a part of the resultant contract. Small Business Participation Plan Evaluation Criteria The merit of the Small Business Participation Plan with respect to the evaluation criteria listed in items a through g above will be assessed by the Government against the adjectival ratings listed below. Note: The level of risk is also included in this assessment. Outstanding: The plan has exceptional merit and reflects an outstanding approach for attainment of all goals and objectives; includes numerous advantages and no disadvantages; very good probability of success with very low degree of risk in meeting the Governments requirements. Good: The plan demonstrates a sound approach and is expected to meet all goals and objectives; offers advantages and few minor disadvantages; good probability of success with low degree of risk in meeting the Governments requirements. Acceptable: The plan demonstrates an acceptable approach and is expected to meet nearly all goals and objectives, advantages are not outweighed by the disadvantages; moderate probability of success with overall moderate degree of risk in meeting the Governments requirements. Unacceptable: The plan demonstrates a very high risk approach that will very likely not be capable of meeting all goals and objectives; disadvantages far outweigh advantages; very high risk of unsuccessful performance. Subcontracting Plan Evaluation Criteria ACCEPTABLE The plan meets all FAR 19.704 statutory requirements. Detail has been provided to support an acceptable approach for assisting, promoting and utilizing small businesses. Has demonstrated ability to meet prior subcontracting goals. One, but no more than two subcontracting goals is less than the minimum targets outlined in the final solicitation document or contract modification. Some rework of document may be required to correct omissions and establish realistic, challenging and attainable goals. UNACCEPTABLE The plan fails to meet most of the FAR 19.704 statutory requirements. No acceptable approach has been provided to assist, promote and utilize small businesses. Prior subcontracting goals met most of the time. Proposed subcontracting goals appear to reflect less than a good faith effort. Substantial rework of document is required to correct omissions and establish realistic, challenging and attainable goals. Failure to receive a rating of no less that acceptable will jeopardize proposal from being considered for contract award, see FAR 19.702(a)(1). Factor 4 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 $ 17,664.00 CLIN 0003Contractor Manpower Report 1ea $________________ CLIN 1001Training Strong Bonds6EA$________________ CLIN 1002Other Direct Costs (Travel)NOT TO EXCEED $18,367.00 CLIN 1003Contractor Manpower Report1ea $_____________ CLIN 2001Training Strong Bonds6EA $___________ CLIN 2002Other Direct Costs (Travel)NOT TO EXCEED $ 19,106.00 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 WILL 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 52.202-1 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/b62dc7bf453a7a9598309b0721e9e00c)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stoval Street, 11th Floor Alexandria VA
Zip Code: 22331
 
Record
SN02069808-W 20100221/100219235338-b62dc7bf453a7a9598309b0721e9e00c (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.