Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

R -- R--Middle Eastern Crime Community & Culture Course (reference the OUSPFO website posted below for Statement of Work and requirement details)

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-10-Q-0006
 
Response Due
6/29/2010
 
Archive Date
8/28/2010
 
Point of Contact
Tracy Canada, 515-252-4616
 
E-Mail Address
USPFO for Iowa
(tracy.canada@us.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. 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-10-Q-0006. All proposals shall reference the RFQ number and shall be submitted by 8:00 a.m. local time on 24 June 2010. The anticipated award date is 30 June 2010. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-41dated 13 April 2010. This acquisition is open for Full & Open Competition. The North American Industry Classification system code (NAICS) 611519 size standard of $7m. Contract line item numbers and quantities: CLIN 0001, Base Year (FY10) for Middle Eastern Crime Community & Culture - 2 Course Iterations; CLIN 0002, CMR Reporting Fee for Base Year (FY 10), CLIN 0003, Option Year #1 (FY 11) for Middle Eastern Crime Community & Culture - 8 iterations; CLIN 0004, CMR Reporting Fee for Option Year #1 (FY 11); CLIN 0005, Option Year #2 (FY 12) for Middle Eastern Crime Community & Culture 8 iterations; CLIN 0006, CMR Reporting Fee for Option Year #2 (FY 12); CLIN 0007, Option Year #3 (FY 13) for Middle Eastern Crime Community & Culture 8 iterations; CLIN 0008, CMR Reporting for Option Year #3 (FY 13); CLIN 0009, Option Year #4 (FY 14) for Middle Eastern Crime Community & Culture 8 iterations; CLIN 0010, CMR Reporting for Option Year #4 (FY 14). 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 Middle Eastern Crime Community & Culture as defined in the Statement of Work. Vendors are invited to provide a proposal for line items 0001-0010. Clarification for CLINS 0002, 0004, 0006, 0008, and 0010: The vendor is allowed a one-time fee for compliance with Contractor Manpower Reporting (CMR). Contractor Manpower Reporting is an Army Initiative and System that was implemented on Mar 8, 2005. It is a business process designed to obtain better visibility of the contractor service workforce from Contractors supporting the Army. The process was created to collect information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. Contractor Manpower Reporting (CMR) is a mandatory Department of the Army directive that must be completed if you win the award (only about a 15 minute process including time to register in the website). Therefore, every vendor must submit a bid for it. If you are unsure of what dollar amount would be best to quote, you may charge an hourly rate or a flat rate (one set rate no matter how long the process takes). You may also opt to waive the fee, completing the fee at no cost to the Government. Remember the CMR Reporting Fee is considered a competitive line item, so it will drive your quote. Please read the implementation language that follows; 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 complete all the information in the format using the following web address: https://cmra.mil. Reporting period will be the period of performance not to exceed 12 months ending 30 Sep of each government fiscal year. IMPORTANT!!! Information must be reported within 30 business days after the completion of each course and before the submission of any invoices, whichever timeframe is first. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items. 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 access the following url: http://216.81.179.134/ebs/advertisedsolicitations.asp, select the aforementioned 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). The following provisions and clauses apply to this solicitation: 52.212-4, Contract Terms and Conditions - Commercial Items (By Reference). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Full Text). The following clauses are incorporated by reference within provision/clause 52.212-5: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 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; 52.225-13, 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; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment. Other clauses that apply to this solicitation include: 52.217-9, Option to Extend the Term of the Contract (Full Text); this clause states: (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 (Full Text) states this contract is subject to the Service Contract Act, and the places of performance for 32 of 34 course iterations are unknown; periods and places of performance for option years covering periods FY 2011 FY 2014 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.52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824) (Full Text); and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Full Text). The following clauses and provisions within 252.212-7001are applicable; 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation for Former DoD Employees; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports and 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 52.232-18, Availability of Funds (By Reference); 52.233-3, Protest after Award (By Reference) and 252.232-7003 (By Reference). All information relating to this solicitation, including a Statement of Work outlining specifications, 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. Submit your completed and signed proposal to: Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: SSG Tracy Canada, Contract Specialist at or before 8:00 a.m. local time on 24 June 2010. For information regarding this solicitation contact SSG Tracy Canada at 515-252-4616 or tracy.canada@us.army.mil. You may also contact 2d Lt Renee Rausch at 515-252-4615 or renee.rausch@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 which will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the e-mail address noted above no later than 5:00 p.m. local time on 22 June 2010. 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 SSG Tracy Canada, (515) 252-4616 or tracy.canada@us.army.mil. Alternate Point of Contact is 2d Lt Renee Rausch, (515) 252-4615 or renee.rausch@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-10-Q-0006/listing.html)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Avenue Johnston IA
Zip Code: 50131-1824
 
Record
SN02177152-W 20100616/100614234912-d4f449c660e517de86d496bb1f21923f (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.