Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
MODIFICATION

69 -- Afghan National Army Air Corps (ANAAC) Pilot Aviation English Language Training

Notice Date
6/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
611630 — Language Schools
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-10-R-0025
 
Response Due
6/21/2010
 
Archive Date
8/20/2010
 
Point of Contact
Gloria E. Bailey, 407-380-8508
 
E-Mail Address
PEO STRI Acquisition Center
(gloria.bailey1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to update the evaluation criteria as stated below. See 52.212-1 and 52.212-2 and also relative order of importance of technical subfactors. ---------- 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 Combined Security Transition Command-Afghanistan (CSTC-A), Combined Air Power Transition Force (CAPTF) in support of establishing the Afghan National Army Air Corps (ANAAC) requires a Base Lot and 2 Options to train 22 students per lot in accordance with the Standards in the Convention on International Civil Aviation, Annex 1 as defined by the International Civil Aviation Organization (ICAO) English language level 3 and 4. Solicitation W900KK-10-R-0025 is issued as a Request for Proposal (RFP). The Government intends to award a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 effective May 13, 2010. The applicable NAICS Code is 611630. This acquisition is being solicited as a full and open competition. This solicitation contains a performance work statement for a performance based service. This means that the Government has described what is to be accomplished, not how to accomplish it. The Contractor shall provide deliverables as described herein. Description of Requirement: Please refer to Attachment (1) Performance Based Work Statement and Attachment (2) Contract Data Requirements List (CDRLs). Item No. 0001: Base Lot, International Civil Aviation Organization (ICAO) English Language Training for 22 Students in accordance with PWS entitled, Afghan National Army Air Corps (ANAAC) English Language Training, dated 10 June 2010. Quantity: 22 Unit: Each Unit Price: ________ Total Price (Lot 1 Base) _________ Item No. 1001: Option #1, International Civil Aviation Organization (ICAO) English Language Training for 22 Students in accordance with PWS entitled, Afghan National Army Air Corps (ANAAC) English Language Training, dated 10 June 2010. Quantity: 22 Unit: Each Unit Price: ________ Total Price (Lot 2 Option 1) _________ Item No 2002: Option #2, International Civil Aviation Organization (ICAO) English Language Training for 22 Students in accordance with PWS entitled, Afghan National Army Air Corps (ANAAC) English Language Training, dated 10 June 2010. Quantity: 22 Unit: Each Unit Price: ________ Total Price (Lot 3 Option 2) _________ Pricing Instructions: The offerors pricing strategy should be built upon a single unit price for one student. This price for one student will be used to procure up to 22 students per lot. Total price will be evaluated by adding together the first lot year price plus all option lot years to arrive at the total evaluated price. Offers submitted in response to this solicitation shall be in terms of U.S. dollars. Offers received in other than U.S. dollars shall be rejected. Contractors pricing shall be inclusive of language training and all other taskings identified in the Statement of Work. Any or all options may be exercised at the unilateral discretion of the Government. Dates of Performance: Language training for CLIN 0001 should start as soon as feasible after the documentation required by the host country has been obtained (see PWS paragraph 3.2 ). Dates of performance to be provided as part of the offerors solution. The awardees performance dates will be incorporated into the resulting contract. Place of Performance: Southwest Asia preferred. Training shall not take place in the United States of America or Afghanistan. Training location to be provided as part of the offerors solution. The offeror shall provide documentation that the country proposed for the training location will provide visas to Afghan soldiers. The selected offeror must comply with the following commercial item terms and conditions. The provision at 52.212-1, Instructions to OfferorsCommercial, applies to this acquisition. In addition the following instructions are provided: Page count for the entire proposal should not exceed 100 pages. Proposal Content Requirements The offeror shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. An offerors proposal shall include a compliance matrix (excluded from the page count). The intent of the compliance matrix is to ensure that an offeror has provided evidence of compliance for all RFP Requirements. The following information is to be provided for the factor evaluation identified under FAR clause 52.212-2 a.Key Personnel: (i) Identify your key personnel and provide the resumes for stated key personnel, showing as a minimum: years of experience in the position, years of experience working on similar programs in this position, technical and professional degrees, academic degrees, professional awards/recognitions. Specifically identify if they worked on any of the contracts identified in the Past Performance factor and in what capacity. Identify the percentage of time these key personnel will be dedicated to this program. (i) The key personnel may include but are not limited to the following: Instructors, Trainers and Professors (ii) Note: Generic titles are shown. Titles that are appropriate in your organization can be used instead. The resumes submitted will become the baseline for the Addition Or Substitution Of Key Personnel (Services) clause 5152.237-5000 upon award. b.Student Pass/Fail Rate: Provide information on your companys pass/fail rate for teaching English in compliance with the Standards in the Convention on International Civil Aviation, Annex 1 as defined by the International Civil Aviation Organization (ICAO) English language level 3 and 4. If possible identify percentage of graduates by country of origin with emphasis on South West Asia. c.Student Pilot Immigration and Training Documentation: The offeror shall provide an explanation of their process to assist candidates in obtaining required travel clearances, Visas and other support documentation (training registration etc&..) from the students country of origin to the training facility. Discussion should include the time required to obtain country clearance/visa with emphasis placed on travel from Afganistan to the country proposed for the training location. d. Performance Start Date: The offeror shall discuss their ability to start training upon award of the contract identifying the estimated number of days after contract award training can commence. This should be consistent with the information provided under (c) above. Discussions shall include your flexibility in staggering student start dates based on student arrival times and various class sizes based on the number of students provided. e. Training Center Environment: In accordance with Performance Work Statement paragraph 3.3 Student Life Support, the offeror shall describe their campus/training center compound with emphasis on quality of life issues. Descriptions of learning facility, training aids, automation coupled with the campus life (dorm rooms, laundries, recreation, food services, worship centers, security etc&) shall be discussed. The provision at 52.212-2, EvaluationCommercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose proposal conforms to this notice, will be the most advantageous, representing the best value to the Government. A firm fixed price contract will be awarded. The failure of an offeror to provide information sufficient to determine conformance with the solicitation may result in the offeror being ineligible for award. The specific evaluation criteria to be included in paragraph (a) of provision at 52.212-2 are listed below in order of importance: 1.Technical The Government will evaluate the proposal to determine the offerors understanding of, approach to, and ability to meet the solicitation requirements using the following subfactors: a. Key Personnel - How well the offerors staff demonstrates the ability to provide high quality instruction based on their academic credentials and experience in training and tutoring language studies that meet the SOW requirements. b. Student Pass/Fail Rate - The ability of the offeror to attain and maintain high graduation rates for students completing language studies inclusive of courses compliant with ICAO English language studies Level 3 and 4. c.Student Pilot Immigration and Training Documentation: How effective the offeror is at assisting candidate students in preparing and obtaining all country entrance and travel documentation/clearances to support on-time start of classroom training. d.Performance Start Date: The ability of the offeror to start class room training upon award of the contract. e.Training Center Environment The ability of the offeror to provide quality learning, living, dining and worship facilities that are safe and conducive to enhancing the learning experience. 2. Past Performance The Government will evaluate the offerors past performance. Submit a list of no more than three (3) relevant programs and point of contact information, that provide evidence of the contractors ability to perform this program or similar programs. Demonstration of recent performance (within the past 12 months) is required. 1.Price or Cost The offerors price proposal will be evaluated to determine if it is complete, consistent and reasonable with the offerors Technical Approach and reflects a clear understanding of the solicitation requirements. The Government will add the offeror's proposed prices for all CLINs including options to arrive at the total evaluated price. Factor Level Relative Order of Importance Technical is more important than Past Performance. Past Performance is more important than Price. Technical and Past Performance, when combined, are more important than cost or price. However, as the offers trend towards equal ratings for technical and past performance, price will become a more important factor. Technical Sub Factor Level Relative Order of Importance All subfactors within the Technical factor are of equal importance. A completed copy of the provision at 52.212-3 with Alternate I, Offeror Representations and CertificationsCommercial Items, shall be provided with offer or offerors may choose to submit via ORCA (ORCA is an e-Government initiative that was designed by the Integrated Acquisition Environment (IAE) to replace the paper based Representations and Certifications [Reps and Certs] process found at http://orca.bpn.gov/). Should the offeror choose to use ORCA, a statement must be included in the proposal notifying the Government of this decision. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items. The only portion of this clause that will be applicable to this action is Clause 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) as the effort is required to be conducted outside of the United States of America. The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 applies. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. Information regarding the registration in CCR may be accessed through their website at www.ccr.gov or by calling 1-888-227-2423 for registration assistance. 52.217-8 -- Option to Extend Services (Nov 1999) is applicable to this effort. Payments by Wide Area Work Flow (WAWF) are mandatory. The clause at 5152.232-5011 applies. 5152.232-5011 -- INVOICING INSTRUCTIONS AND PAYMENT (WAWF INSTRUCTIONS) (PEO-STRI) (SEP 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow Receipt and Acceptance (WAWF): (1) The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. (2) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAACs, must be entered for completion of the invoice in WAWF: Invoice as 2-in-1 (FP Services Only No DD250 Required) Pay DoDAACTo Be Determined at Time of Award IssueBy DoDAACW900KK Admin DoDAACTo Be Determined at Time of Award InspectBy DoDAACTo Be Determined at Time of Award Service AcceptorTo Be Determined at Time of Award (c) The contractor shall submit invoices / cost vouchers for payment per contract terms. (d) The Government shall process invoices / cost vouchers for payment per contract terms. (e) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following points of contact: NameEmailPhoneJob Title To Be Determined at Time of AwardInspector//Acceptor The clause at 5152.237-5000 applies. 5152.237-5000 ADDITION OR SUBSTITUTION OF KEY PERSONNEL (SERVICES) (PEO-STRI) (SEP 2006) (a) A requirement of this contract is to maintain stability of personnel proposed in order to provide quality services. The contractor agrees to assign only those key personnel whose resumes were submitted and approved, and who are necessary to fulfill the requirements of the effort. The contractor agrees to assign to any effort requiring non-key personnel only personnel who meet or exceed the applicable labor category descriptions. No substitution or addition of personnel shall be made except in accordance with this clause. (b) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the contractor shall propose a substitution to such personnel, in accordance with paragraph (d) below. (c) The contractor agrees that during the term of the contract, no key personnel substitutions or additions will be made unless necessitated by compelling reasons including, but not limited to: an individuals illness, death, termination of employment, declining an offer of employment (for those individuals proposed as contingent hires), or family friendly leave. In such an event, the contractor must promptly provide the information required by paragraph (d) below to the Contracting Officer for approval prior to the substitution or addition of key personnel. (d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days (thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, information regarding the full financial impact of the change, and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (no matter when they are proposed during the performance period) shall have qualifications that are equal to or higher than the qualifications of the person being replaced. (e) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The information required is the same as that required in paragraph (d) above. The additional personnel shall have qualifications greater than or equal to at least one (1) of the individuals proposed for the designated labor category. (f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the offeror, in writing, of whether the request is approved or disapproved. (g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or that the resultant reduction of productive effort would impair the successful completion of the contract or the task order, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate. Alternatively, at the Contracting Officers discretion, if the Contracting Officer finds the contractor to be at fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate the Government for any delay, loss or damage as a result of the contractors action. (h) Noncompliance with the provisions of this clause will be considered a material breach of the terms and conditions of the contract for which the Government may seek any and all appropriate remedies including Termination for Default pursuant to FAR Clause 52.249-6, Alt IV, Termination (Cost-Reimbursement). Due Date: The date, time and place offers are due in response to synopsis/solicitation is: 21 June 2010, 9:00 am EDT and shall be sent via email to: elizabeth.owen@us.army.mil. Paper submissions will not be accepted. Contracting Officer Address: PEO STI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276 Point of Contact(s): Elizabeth Owen, Contract Specialist, 407-384-5522 Gloria Bailey, Contracting Officer, 407-380-8508 All questions pertaining to this solicitation shall be in writing and shall be emailed to Elizabeth Owen elizabeth.owen@us.army.mil Telephone calls will not be accepted. All requests should include the solicitation number, company name and address and telephone number of person making the inquiry.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-10-R-0025/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02178768-W 20100618/100616234617-24f2d91956bfd30fdc2cb45d48d84198 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.